DOCUMENT
65 -- PREVENTATIVE MAINTENANCE FOR DA VINCI SURGICAL ROBOT - Attachment
- Notice Date
- 11/23/2011
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
- ZIP Code
- 80246
- Solicitation Number
- VA25912R0017
- Response Due
- 11/29/2011
- Archive Date
- 12/4/2011
- Point of Contact
- Ronnie R. Jones
- E-Mail Address
-
Contract Specialist
(Ronnie.Jones@va.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial services and/or supplies prepared in accordance with the format in FAR Subpart 13.5 and FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this requirement is VA-259-12-R-0017 and is hereby issued as a Request for Proposal (RFP) using subpart FAR Part 13, Simplified Acquisition Procedures. The VISN 19 Rocky Mountain Acquisition Center, 4100 E Mississippi Ave. Glendale, Colorado 80246 on behalf the ECHCS, VA Medical Center, 1055 Clermont Street, Denver, Colorado, 80220 requires a contract for the following item: A twelve-month base period and four 1-year possible options for preventative maintenance on the DaVinci Surgical Robot SI Dual 4 ARM HD System, Model# SH0492, manufactured by Intuitive Surgical Inc. A full service preventative maintenance contract that includes updates and upgrades of the software and hardware of the system. The contractor shall furnish labor, parts, supplies and equipment necessary to provide scheduled and unscheduled maintenance and periodic maintenance inspections. The contractor shall include but not limited to cleaning of the equipment, review operating system software diagnostics in accordance with the manufacturer's specifications, calibrating and lubricating equipment, performing remedial, non-emergent maintenance, testing and replacing faulty and worn parts and or parts likely to fail and become worn, inspection and replacement of worn or frayed electrical wiring and cables, returning the equipment back to the operating condition mode and provide documentation of services performed. (Note: For clarification purposes - the Sources Sought Notice posted on 24 Oct 11, contained only draft information and indicated, "This requirement will require the vendor to agree to annual payments over three years (base plus two one year pre priced options). This is not the case for this solicitation. Instead, the government desires a base year plus an additional four years. Any option periods will be exercised in accordance with 52.217-9, Option to Extend the Term of the Contract. ) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 effective 4 Aug 11. The North American Industry Classification System (NAICS) code is 339112-Surgical and Medical Instrument Manufacturing and the Small Business Size Standard is 500. This procurement is unrestricted by business size and socio-economic category and competition is full and open. Women and women owned, service disabled veteran owned, and small disadvantaged businesses are strongly encouraged to submit quotes. The Government intends to issue a firm fixed price contract to the responsible Offeror whose lowest price and technically acceptable quote conforms to the solicitation. Only technically acceptable offers will be considered. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government. All interested parties must bid on all items. Provide a price quote for each of the following CLINS and total price (fill in the blanks). PRICING FOR : CLIN ITEM QTY UNIT OF ITEM PRICE ISSUE Base Year 12/1/11 thru 11/30/12 0001 Preventative Scheduled Maintenance/ 2 JOBS $_____________ Unforeseen equipment failure For the DaVinci Surgical Robot SI DUAL 4 ARM HD; System name: SH0492 PRICING FOR : CLIN ITEM QTY UNIT OF ITEM PRICE Issue Option Year 1 12/1/12 thru 11/30/2013 1001 Preventative Scheduled Maintenance/ 2 JOBS $_____________ Unforeseen equipment failure For the DaVinci Surgical Robot SI DUAL 4 ARM HD; System name: SH0492 Option Year 2 12/1/13 thru 11/30/2014 2001 Preventative Scheduled Maintenance/ 2 JOBS $_____________ Unforeseen equipment failure For the DaVinci Surgical Robot SI DUAL 4 ARM HD; System name: SH0492 Option Year 3 12/1/14 thru 11/30/2015 3001 Preventative Scheduled Maintenance/ 2 JOBS $_____________ Unforeseen equipment failure For the DaVinci Surgical Robot SI DUAL 4 ARM HD; System name: SH0492 Option Year 4 12/1/15 thru 11/30/2016 4001 Preventative Scheduled Maintenance/ 2 JOBS $_____________ Unforeseen equipment failure For the DaVinci Surgical Robot SI DUAL 4 ARM HD; System name: SH0492 GOVERNMENT PRIMARY POINTS OF CONTACT (POC's): Submit offers or any questions to the primary POC Ronnie R. Jones 303-603-3254 or email: Ronnie.Jones@va.gov DEADLINES: Submit questions and offers to the primary POC or alternate POC. All questions or requests for information must be in writing and are due by COB on November 29, 2011. It is acceptable to submit quotes by email NLT November 29, 2011 @ 4:00 P.M. MST. OTHER PERTINENT SUBMISSION INFORMATION: The proposal must list the Company name, address, DUNS number, CAGE code, Federal TIN, and point of contact to include phone number and email address. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Also, in order to be eligible for the award the company must be registered in CCR. DELIVERY ADDRESSES: 4100 E. Mississippi Ave, Ste 900, Glendale, Colorado 80246. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil): FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.217-5 Evaluation of Options; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.229-1 State and Local Taxes; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this provision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5 (Dev), the following clauses apply: FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era., and Other Eligible Veterans, FAR 52.222-50 Combating Trafficking in Persons, FAR 52.232-33 Payment By Electronic Funds Transfer--Central Contractor Registration; FAR 52.232-18, Availability of Funds; 52.228-5 Insurance, Work On A Government Installation; FAR 52.252-2, Clauses Incorporated by Reference, FAR 52.252-6, Authorized Deviations in Clauses. 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 calendar days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 calendar days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. (End of Clause) 52.219-28 - Post-Award Small Business Program Representation. (June 2007) (a) Definitions. As used in this clause-- Long-term contract means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority. Small business concern means a concern, including its affiliates that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause. (b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall re represent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following: (1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract. (2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract. (3) For long-term contracts- (i) Within 60 to 120 days prior to the end of the fifth year of the contract; and (ii) Within 60 to 120 days prior to the exercise date specified in the contract for any option thereafter. (c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at http://www.sba.gov/services/contractingopportunities/sizestandardstopics/. (d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees. (e) Except as provided in paragraph (g) of this clause, the Contractor shall make the rerepresentation required by paragraph (b) of this clause by validating or updating all its representations in the Online Representations and Certifications Application and its data in the Central Contractor Registration, as necessary, to ensure they reflect current status. The Contractor shall notify the contracting office by e-mail, or otherwise in writing, that the data have been validated or updated, and provide the date of the validation or update. (f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause. (g) If the Contractor does not have representations and certifications in ORCA, or does not have a representation in ORCA for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed: The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code :339112 assigned to contract number ______________. [Contractor to sign and date and insert authorized signer's name and title]. (End of clause) The following VA Acquisition Regulation (VAAR) clause applies and is incorporated in full text: VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor (End of Clause) VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/ she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of Colorado. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause) 852.273-75 SECURITY REQUIREMENTS FOR UNCLASSIFIED INFORMATION TECHNOLOGY RESOURCES (Interim - October 2008) (a) The contractor and their personnel shall be subject to the same Federal laws, regulations, standards and VA policies as VA personnel, regarding information and information system security. These include, but are not limited to Federal Information Security Management Act (FISMA), Appendix III of OMB Circular A-130, and guidance and standards, available from the Department of Commerce's National Institute of Standards and Technology (NIST). This also includes the use of common security configurations available from NIST's Web site at: http://checklists.nist.gov (b) To ensure that appropriate security controls are in place, Contractors must follow the procedures set forth in "VA Information and Information System Security/Privacy Requirements for IT Contracts" located at the following Web site: http://www.iprm.oit.va.gov/docs/Security_and_Privacy_Requirements_for_IT_Contracts_Attachment.pdf (End of Clause) 852.273-76 ELECTRONIC INVOICE SUBMISSION (Interim - October 2008) (a) To improve the timeliness of payments and lower overall administrative costs, VA strongly encourages contractors to submit invoices using its electronic invoicing system. At present, electronic submission is voluntary and any nominal registration fees will be the responsibility of the contractor. VA intends to mandate electronic invoice submission, subject to completion of the federal rulemaking process. At present, VA is using a 3rd party agent to contact contractors regarding this service. During the voluntary period, contractors interested in registering for the electronic system should contact the VA's Financial Services Center at http://www.fsc.va.gov/einvoice.asp. (End of Addendum to 52.212-4) FAR 52.212-1, Instruction to Offerors-Commercial Items-ADDENDUM OFFER PREPARATION INSTRUCTIONS: Provide the following information: 1) RFP number, 2) time specified for receipt of offers, 3) name, address, and telephone number of offeror, 4) terms of any express warranty, 5) price and any discount terms, 6) a completed copy of the representations and certifications at FAR.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (IAW FAR 4.1201 prospective contractors must be registered in the Online Representative & Certification Application (ORCA) at http://orca.bpn.gov 7) Period for acceptance of offers - The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation, 8) late offers - Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered. 52.212-2 Evaluation-Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: BASIS OF AWARD: 1) Award will be made to the offeror representing the lowest price technically acceptable to the Government. Best value consists of the offer meeting the technical specifications shown in the Statement of Work and delivery schedule (180 calendar days ARO) at the lowest price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) STATEMENT OF WORK DEFINITIONS/ACRONYMS Acceptance Signature - VA employee authorized to sign-off on the ESR which indicates that PM or unscheduled maintenance is either complete or pending completion. Authorization Signature - COTR's signature; indicates COTR accepts the work status as stated in the ESR. Biomedical Engineer - Supervisor or designee. CDRH - Center for Devices and Radiological Health. CO - Contracting Officer COTR - Contracting Officer's Technical Representative EE# - Equipment Entry Number Field Service Engineer (FSE) - Contractor personnel authorized by to perform maintenance (corrective and/or preventive) services on the VAMC premises. NFPA - National Fire Protection Association. Preventive Maintenance Inspection (PM) - Periodic services required to maintain anesthesia equipment so that it may be operated in accordance with its intended design and functional capacity with minimal malfunction, down time or inoperative conditions. VAH - Department of Veterans Affairs Hospital VAMC - Department of Veterans Affairs Medical Center. Vendor Engineering Service Report (ESR) - Documentation of the services rendered for each scheduled or unscheduled maintenance event under the terms and conditions of the contract. 1.0The contractor shall furnish labor, parts, supplies and equipment necessary to provide scheduled and unscheduled maintenance, and periodic preventive maintenance inspections for the equipment listed below. Services shall be performed in accordance with terms, conditions, and specifications contained herein. Equipment is located at the VA Medical Center, 1055 Clermont Street, Denver, CO 80220. 2.0HOURS OF COVERAGE and RESPOND 2.1Normal hours of coverage are Monday through Friday from 8:00 a.m. to 5:00 p.m., excluding the federal holidays listed as follows: Federal Holidays: New Year's DayDr. Martin Luther King Jr's Birthday Presidents' Day Memorial DayIndependence DayLabor Day Columbus DayVeteran's DayThanksgiving Day Christmas Day Any other day specifically declared a National Holiday by the President of the United States 2.2When one of the above designated legal holidays falls on a Sunday, the following Monday will be observed as a legal holiday. When a legal holiday falls on a Saturday, the preceding Friday is observed as a holiday by US Government Agencies. 2.3Live Phone Support with competent technicial support Engineers between 8AM-5PM (Mountain Time) 2.4 FSE calls back to Customer's request within 24 hours of notification to the Customer Service Center. 2.5As need, FSE arrives on site to customer's unscheduled maintenance request within 6 hours from the FSE call back. 3.0PARTS 3.1The contractor shall furnish all spare and replacement parts under the terms of this contract. The price of all parts used to perform all scheduled preventive and unscheduled maintenance shall be included in the price of this contract as listed in the schedule. The Government will not pay for any parts provided (during either scheduled or unscheduled maintenance), by the contractor during the performance of this contract. Only new standard parts (manufactured by the maker of the equipment, or equal) shall be furnished to maintain equipment covered under the contract. Excludes Instrument and accessories. 4.0SERVICE MANUALS/TOOLS/EQUIPMENT 4.1The VAMC shall not provide tools, (test) equipment, service manuals or service diagnostic software to the contractor. The contractor shall obtain, have on file, and make available to its FSE's all operational and technical documentation (such as; operational and service manuals, schematics, and parts list) necessary to meet the performance requirements of this contract. A reference list of applicable service manuals and their respective locations shall be provided to the CO upon request. 5.0SCHEDULED MAINTENANCE 5.1The Contractor shall perform PM Service to ensure that the equipment listed in the schedule performs in accordance with the original manufacturer's specifications. Semiannual PM Service must be completed by December 31st and June 30th of each year. An outline of the PM schedule and procedures shall be provided to the CO within 2 weeks of award of the contract. The contractor shall provide a written description of the Preventive Maintenance Inspections (PMI). This description shall include an itemized list of the procedures performed, including electrical safety. PM services 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 the manufacturer's specifications. Calibrating and lubricating the equipment. Performing remedial, non-emergent maintenance. Testing and replacing faulty and worn parts and/or parts likely to fail or become faulty or worn. Inspection and replacement of worn or frayed electrical wiring and cables. Returning the equipment to the operating condition and mode Providing documentation of services performed. 5.2All service/repairs shall be performed during normal hours of coverage unless requested or approved by the COTR.. The contractor shall provide software updates at no charge. 5.3 PM inspection and calibration of the hard copy imaging device services shall be performed in conjunction with all other PM as outlined in the schedule submitted by the contractor and agreed to by the VA. All exceptions to the PM schedule shall be arranged and approved in advance with the COTR. The Contractor shall provide and utilize procedures and checklists with worksheet originals indicating work performed and actual values obtained (as applicable). This documentation shall be provided to the COTR at the completion of the PM. 5.4Work performed outside the normal hours of coverage, at the request of FSE, shall be considered service during normal hours of coverage and shall be exempt from a labor hour charge. 6.0 UNSCHEDULED MAINTENANCE 6.1The contractor shall provide repair service which may consist of calibration, cleaning, adjusting, replacing parts, and maintaining the equipment, to include all intervening service calls performed between scheduled services and calibrations. All required parts shall be furnished to the VA at no cost. The contractor shall repair the equipment to functional level equivalent to the original manufacturer's specifications. 6.2Only the CO, COTR or alternate designated by the CO has the authority to approve/request an unscheduled maintenance service call to the contractor. 6.3The contractor's FSE shall respond on site within four (4) hours after receipt of request for service. The contractor shall provide parts, if required to effect repair, within 24 hours of diagnosing the problem. 6.4There shall be no hourly charge to the Government for unscheduled maintenance performed within the normal hours of coverage defined in the statement of work. Work performed outside the normal hours of coverage, at the request of the COTR, shall be invoiced at the price listed in the schedule. Invoicing may include service time plus one (1) hour for travel time. In the event of a Government caused delay, the VA will pay hourly labor charges for unscheduled service the inadvertently extends beyond the specified normal hours of coverage. 7.0DOCUMENTATION/REPORTS 7.1The documentation shall include detailed descriptions of the scheduled and unscheduled maintenance procedures performed, including replaced parts and prices (for outside normal working hour services) required to maintain the equipment in accordance with the specifications Each ESR must, at a minimum, document the following data legibly and in complete detail: Name of contractor and contract number Name of FSE who performed services Contractor service ESR number/log number Date, time (starting and ending), equipment downtime and hours on-site for service call. VA purchase order number(s) covering the call if outside normal working hours. Description of problems reported by the COTR/user (if applicable). Identification of equipment to be serviced: Inventory ID number, Manufacturer's name, device name, model number & serial number, Any other manufacturer's identification numbers. Itemized Description of Service Performed (including, if applicable, costs associated with after normal working hour services) including: Labor and Travel, Parts (with part numbers), Materials and Circuit Location of problem/corrective action. Total Cost to be billed (if applicable - i.e., part(s) not covered or service rendered after normal hours of coverage). Signatures: FSE performing services described. Authorized VA Employee who witnessed service described. NOTE: - Any additional charges claimed must be approved by the COTR before service is completed 8.0REPORTING REQUIREMENTS 8.1The Contractor shall log in with Biomedical Engineering prior to performing any services. When the service is completed, the FSE shall document services rendered on a legible ESR(s). The FSE shall log out with Biomedical Engineering and submit the ESR(s) to the COTR. All ESRs shall be submitted to the equipment user for an "acceptance signature" and then to the COTR for an "authorization signature". If the COTR is unavailable, a signed, authorized copy of the ESR shall be sent to the contractor after the work can be reviewed (if requested or noted on the ESR). 9.0OPERATIONAL UPTIME - REQUIREMENTS 9.1Intuitive DaVinci Surgery Robot shall be operable and available for use 95% of the normal hours of coverage as defined under "HOURS OF COVERAGE". Downtime will be computed from notification of problem during normal coverage hours. Operational uptime will be calculated using month as the basis of calculation 10.0EQUIPMENT DOWNTIME 10.1The contractor shall be liable to the Government for losses of production due to significant equipment downtime. Significant downtime is defined as ten (10) or more nonproductive/nonoperational hours per month across all of the equipment covered in this contract. Downtime records shall be maintained by both the COTR and maintenance contractor. 10.2Equipment downtime is calculated based on the number of normal hours of coverage that the equipment is not fully operational. Downtime will begin when the contractor is required to be on site after notification by the CO, COTR or designated alternate. Downtime will accumulate until the scheduled equipment is returned to full operational condition and accepted as such by the COTR or designated alternate. This does not include scheduled maintenance for PM purposes or delay precipitated by the VA. 10.3If equipment downtime exceeds 48 (hours) consecutive hours, the Government may contract with an alternate source to resolve the problem. The CO will make this reprocurement decision and all associated fees, in excess of what would have been paid under the terms of the contract, will subject to payment by the incumbent contractor. 10.4Monies will be subtracted from the contract if the contractor fails to meet the uptime requirement using the following schedule. These amounts will be computed on a monthly basis for invoice payment purposes. MONTHLY DOWNTIMEPERCENTAGE INVOICE DEDUCTION 10 - 11 hours per month0% 12 - 13 hours per month20% 14 - 15 hours per month40% 16 - 17 hours per month60% 18 - 19 hours per month80% 20 or more hours per month100% 11.0PAYMENT 11.1Payment will be made in arrears on a quarterly basis. Invoices must include, as a minimum, the following information: Contract No. Purchase Order No., Equipment covered under the invoices (to include serial #s) by the PMI and covered period of service. 12.0 ADDITIONAL CHARGES 12.1There will be no additional charge for time spent at the site (during or after the normal coverage areas) awaiting the arrival of additional FSE and/or delivery of parts 13.0 REPORTING REQUIRED SERVICES BEYOND THE CONTRACT SCOPE 13.1The contractor shall immediately, but no later than 24 consecutive hours after discovery, notify the CO or the COTR, in writing, of the existence or development of any defects in, or repairs required, to the scheduled equipment which, the contractor does not consider his/her responsibility under the terms of the contract. The contractor shall furnish the Government with a written estimate of the cost to make the necessary repairs. 14.0 CONDITION OF EQUIPMENT 14.1The contractor accepts responsibility for the equipment covered under this equipment in "as is" condition. Failure to inspect the equipment prior to award of this contract will not relieve the contractor from performance of the requirements of this contract. 15.0COMPETENCY OF PERSONNEL SERVICING EQUIPMENT 15.1Each respondent must have an established business, with an office and full time staff. The staff shall include a fully qualified FSE and fully qualified alternate FSE. 15.2"Fully Qualified" is based on successful completion of factory training and experience in the field. For training, the FSE shall have successfully completed a formalized training program for the equipment identified in the schedule. For field experience, the FSE(s) shall have a minimum of two years experience (with the exception of equipment on the market less than two years) with respect to scheduled and unscheduled preventive and remedial maintenance, on the covered equipment. 15.3The FSEs shall be authorized by the contractor to perform the maintenance services. All work shall be performed by fully qualified competent FSEs. The contractor shall provide copies of all factory certificates for FSEs showing types of equipment and dates of training for all equipment identified in the schedule. When deemed appropriate, the CO and/or COTR reserve the right to prohibit contractor personnel from working on VAMC equipment. 16.0TEST EQUIPMENT 16.1Prior to commencement of work on this contract, the contractor shall provide to the VAMC copies of all current calibration certificates for all test equipment to be used by the contractor on VAMC equipment. This certification shall also be provided on a periodic basis when requested by the VAMC. Test equipment calibration shall be traceable to a national standard. 17.0VA REGULATIONS Contractor employees shall wear visible identification at all times when on premises of the VAMC. Contractor personnel are responsible for parking in appropriate designated personnel. The VA will not be responsible for parking violation incurred by the contractor. Information on parking is available from the VA police station. Smoking is prohibited inside any VA facility. Possession of firearms is prohibited. Enclosed containers, including tool boxes, may be subject to search at the discretion of the VAMC. 18.CONTRACT SECURITY 18.1. GENERAL Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subjected to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security. SPECIFIC SERVICE FOR A.DA Vinci Surgical Robot, System number: SH492, Da Vinci SI Dual 4 arm HD
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25912R0017/listing.html)
- Document(s)
- Attachment
- File Name: VA-259-12-R-0017 VA-259-12-R-0017_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=276567&FileName=VA-259-12-R-0017-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=276567&FileName=VA-259-12-R-0017-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA-259-12-R-0017 VA-259-12-R-0017_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=276567&FileName=VA-259-12-R-0017-001.docx)
- Place of Performance
- Address: ECHCS VA Medical Center;1055 Clermont Street;Denver, Colorado
- Zip Code: 80220
- Zip Code: 80220
- Record
- SN02628260-W 20111125/111123233928-43ccecd082f586ebea2fc98684dd4770 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |