DOCUMENT
Q -- Service Contract - GE - Attachment
- Notice Date
- 5/22/2015
- Notice Type
- Attachment
- NAICS
- 334517
— Irradiation Apparatus Manufacturing
- Contracting Office
- Department of Veterans Affairs;James J. Peters VA Medical Center;Network Contracting Office 3 (10N3NCO);130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- VA24315Q0968
- Response Due
- 5/29/2015
- Archive Date
- 7/28/2015
- Point of Contact
- Desiree Flores
- E-Mail Address
-
st
- Small Business Set-Aside
- N/A
- Description
- FBO ID# VA243-15-Q-0968 Response date (Deadline): May 29, 2015 Sources Sought: Maintenance and repair of government (GE Equipment) Maintenance and repair of government (GE Equipment): "GE XR REVOLUTION XQ/I (XRA543)" "GE XR PRECISION 500D (XRF116)" "GE NM INFINIA - WITH HAWKEYE 4 (NMH922)" "GE WORKSTATION XELERIS WORKSTATION 2.X (NX2FPR)" "GE WORKSTATION XELERIS WORKSTATION 2.X (NX2FPR)" Servicing the equipment consists of but is not limited to troubleshooting, replacement of worn or defective parts, calibration/adjustment, cleaning and lubricating. Preventive Maintenance includes but is not limited to cleaning, calibrating, adjusting, replacement of worn or defective parts, verification of manufacturer's operational characteristics and specifications and lubrication. It is the intention that all equipment repairs and or Preventive Maintenance Inspections (PMI) will be performed in accordance with manufacturer's guidelines, will result in the equipment operating according to manufacturer's specification and will be done in accordance with industry standard practices. A. Glassware and flat detector are covered. 1. GENERAL REQUIREMENTS: a. Requests for technical telephone support will be responded to within 2 hour. Vendor will be on site to begin repairs within eight (8) business hours of initiation of service call by the Medical Center. Repairs will be completed and unit returned fully to manufacturer specifications within 16 business hours of initiation of service call. b. Major assemblies replaced will be guaranteed against defects and/or failure for a period of one (1) year from date of installation. All other components will be guaranteed for a period of ninety (90) days. 2. HOURS OF COVERAGE a. All work performed under this contract will be during the hours of 0800 to 1700 and the days of Monday through Friday. Exclusions: Weekends and Federal Holidays. Overtime will only be paid for emergencies and pre-approved situations, by the Biomedical Engineering and or designee. b. Emergency service will be provided at all items in accord with the above. 3. PREVENTIVE MAINTENANCE INSPECTIONS There will be two (2) preventive maintenance inspection for each system covered to be performed during the months of October through September. 4. PARTS: All parts will be provided and replaced as necessary at no additional charge. Only new parts will be used routinely. Usage of refurbished will be subject to the approval of the Biomedical Engineer and/or designee. 5. DOCUMENTATION: a. The service representative is required to leave a service record at the time the work is completed prior to leaving the premises with any available Biomedical Shop personnel needs to obtain a signature. The report will contain at least the following information: brief description of the purpose of the call; work performed; parts used and time spent for labor and travel. b. Put in campus specific information on obtaining signatures after hours in this section. c. Vendor service representatives must report to Biomedical to sign in upon arrival and sign out upon leaving. d. If the work is not completed, prior to leaving the premises, a service report will be left, as per the above procedures, indicating the equipment status. e. NO PAYMENTS WILL BE MADE if the above procedures are not complied with. 6. SPECIAL REQUIREMENTS: a. The contractor must supply themselves with their own Maintenance/repair manuals along with any other diagnostic software required to properly maintain the equipment in question. b. Service representatives are required to supply the Medical Center with Material Safety Data Sheets (MSDS's) on any chemicals that are brought in to the Medical Center prior to usage. The MSDS's are to be given to the Safety Officer. A set of MSDS's must also remain at the site where the chemical is used. c. Vendors must comply with usage of Personnel Protective Gear as defined in 29CFR 19.10. d. Vendors must comply with all VA policies and regulations 7. VENDOR WILL ADVISE AS TO QUALIFICATIONS. The bidder shall be able to show evidence of reliability, ability and experience by furnishing a list of personnel who will perform under the contract, along with documentation of their competency, Manufacturer Certification and length and type of experience. Names and addresses of other concerns and/or government agencies for which comparable services are/were rendered shall be available upon request. The ability to meet the requirements and the adequacy of the information submitted will be considered by the Contracting Officer in determining the validity of the bidder. Type of Procurement: The responses to this Request for Information (RFI) will help determine what, if any, type of set-aside. Contract Vehicle: The resulting contract vehicles from this process will be a firm fixed price. Responses to this notice will be used by the Government to make appropriate acquisition decisions. Responses to this notice should include company/individual name, a service capability statement, examples of similar facilities which you have provided services to, DUNS number, address, point of contact and social-economic category (ex: SBVOSB, VOSB, 8(a), HUBZone, WOSB, EDWOSB, Small Business). If your firm is a Service-Disabled Veteran Owned or Veteran Owned Small Business, you must be CERTIFIED in VetBiz (see internet site: http://vip.vetbiz.gov). Contractor must be registered in Central Contractor Registry (CCR) (see internet site: http://www.ccr.gov). Responses to this notice must be submitted in writing (email or fax) and received not later than May 29, 2015 at 04:00 PM. A solicitation is available, Please fill out the RFQ document. If you have any further question, please email me at Desiree.Flores@va.gov or call me at 7185849000 ext 6411. All interested parties should provide the following information via e-mail only to the Contracting Officer by the stated deadline Contracting Office Address: VISN 3 Network Contracting Office (NCO3) James J. Peters VA Medical Center 130 West Kingsbridge Road, Bronx, New York 10468-3992
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24315Q0968/listing.html)
- Document(s)
- Attachment
- File Name: VA243-15-Q-0968 VA243-15-Q-0968.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2065441&FileName=VA243-15-Q-0968-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2065441&FileName=VA243-15-Q-0968-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA243-15-Q-0968 VA243-15-Q-0968.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2065441&FileName=VA243-15-Q-0968-000.docx)
- Place of Performance
- Address: VAMC;385 Tremont Avenue;East Orange, NJ
- Zip Code: 07018
- Zip Code: 07018
- Record
- SN03740551-W 20150524/150522234357-3a5ceb7606c7d37c5e350cdff5412a1b (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 |