DOCUMENT
N -- Relocation of GE Primo Lunar DXA - Attachment
- Notice Date
- 11/20/2017
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;NCO 17 North Texas Healthcare System;NCO 17 Network Contracting Activity;4500 S. Lancaster Road;Dallas TX 75216
- ZIP Code
- 75216
- Solicitation Number
- 36C25718Q0156
- Response Due
- 11/28/2017
- Archive Date
- 1/27/2018
- Point of Contact
- Dewayne L. Knowles
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources, small and other than small businesses, to perform a potential requirement. Respondents are required to be registered and in good standing in The System for Award Management (SAM) https://www.sam.gov/portal/SAM/#1 Purpose and Objectives: Your responses to the information requested shall assist the Government in determining the appropriate acquisition method. NAICS code: 811219 and sized standard is $20.5M. NOTE: Respondent claiming SDVOSB and VOSB status shall be registered and Center for Veterans Enterprise (CVE) verified in VetBiz Registry www.vetbiz.gov. Project requirements: To provide Relocation of GE Primo Lunar DXA. See Description of Services Section. Anticipated period of performance: 12/20/2017 - 12/29/2017. Information sought: Response to this announcement shall not exceed 10 pages and should include the following information: (1) A tailored capability statement indicating the firm s ability to provide the services required in the Description of Service Section. Include any certifications/qualifications for accomplishing the Relocation of GE Primo Lunar DXA listed and any authorization to service this system on General Electric Company letterhead; (2) The respondents DUNS number, organization name, address, point of contact, and size and type of business (e.g., SDVOSB/VOSB, small, etc,) pursuant to the applicable NAICS code; (3) Information should be provided electronically in a Microsoft Word or Adobe PDF format. Please e-mail your response with the above information to Dewayne.Knowles@va.gov and Victoria.Rone3@va.gov with the subject line "Sources Sought, Relocation of GE Primo Lunar DXA/your company name" by 4:30 P.M. CT on November 28, 2017. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice shall not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Description of Services STATEMENT OF WORK 1. TITLE OF PROJECT: RELOCATION OF G.E. PRIMO LUNARDXA 1.1. The purpose of this contract is to relocate GE PRIMO LUNARDXA at the VA Texas Valley Coastal Bend Health Care System McAllen VA out Patient Clinic referred to McAllen Outpatient Clinic (MCOPC). Modelo# Prodigy primo Serial # aljdbz EE# 12976. 1.2. This is a service-based contract, intended to provide all necessary systematic and periodic maintenance, service and repairs to keep all covered systems in first class working order. 2. SCOPE OF WORK 2.1. The contractor shall provide all resources required in performing these relocation, maintenance services and inspections, including parts, materials, labor hydraulic fluids, cleaning fluids, equipment, tools, shipping, travel and labor (with exception of emergency overtime charges specified elsewhere). The contractor is responsible to determine the nature and extent of any work required to restore equipment to its optimum working condition and operation, as determined by MCOPC, including replacing parts if conditions warrant. All maintenance and repairs on included equipment shall be performed in accordance with manufacturer guidelines and/or the following industry standards (at a minimum), as applicable, whichever is most stringent: 2.1.1. NFPA 99 National Fore Prevention Act Chapter 99 2.1.2. FDA Food and Drug Administration 21 CFR 1020.30 to 1020.33. Docket 01N- 0275. FDA Food and Drug Administration SEC. 532. [21 USC §360ii] 2.1.3. ANSI/NFPA 70 National Electrical Code, latest edition 2.2. The contractor shall follow manufacturer s requirements and specifications on inspection, maintenance, and operation of GE Primo Lunar DXA. 2.3. Covered equipment listed in the schedule encompass all system components and associated apparatus as normally supplied and required for operation by manufacturer(s) in the currently installed configuration, including integrity of connections to building utilities, excluding building utility supply lines up to the point of manufacturer supplied hardware. 2.4. It is the contractor s responsibility to keep the GE Primo Lunar DXA and supporting equipment clean and free of internal dust. The contractor is not responsible for building utility issues; the contractor is responsible to immediately notify MCOPC of any building utility malfunctions. 2.5. The contractor shall provide MCOPC documentation for proper testing of equipment. 2.6. The contractor is required to maintain current drawings and schematics of the wiring diagrams, in the appropriate equipment room, and shall leave copies in place at the end of the contract period. Copies of any missing documents shall be furnished by and at the expense of the contractor. 3. BACKGROUND The requirement is to remain compliant with Joint Commission, Environment of Care standards as well as OSHA and Texas Commission on Environmental Quality regulations and guidelines for x-ray equipment. In accordance with the United States Department of Labor Occupational Safety and Health Administration 1910.1096(a)(1), Operations involving radiation (includes alpha rays, beta rays, gamma rays and x-rays) pursuant to Resource Conservation and Recovery Act (RCRA); or by agencies under agreement with United States Environmental Protection Agency to implement RCRA regulations. 4. PERFORMANCE PERIOD The estimated period of performance is for 12/20/2017-12/29/2017. Work at the government site shall not take place on Federal holidays or weekends unless directed by the Contracting Officer (CO). Christmas Holiday 12/25/2017 New Year s Day 01/01/2018 5. PLACE OF PERFORMANCE McAllen Outpatient Clinic 901 East Hackberry Blvd. McAllen, TX 78501 Room C304 to Room C130 6. GENERAL REQUIREMENTS In performance of this contract, the contractor shall follow the MCOPC safety policy and standard work safety practices, and take such safety precautions as the MCOPC safety section may determine to be reasonably necessary to protect the lives and health of the building s occupants. The contractor shall comply with the MCOPC smoking policy, which designates all interior spaces, roof surfaces, loading docks and any posted areas as non-smoking areas. The contracting officer or designee or safety section employee shall notify the contractor of any non-compliance and the contractor shall immediately correct the noted conditions. Such notice, when served to the contractor or representative at the work site, shall be deemed sufficient. If the contractor fails or refuses to promptly comply, the contracting officer may halt all or any part of the work, and the contractor may be held in default. Note: OSHA requires used rags and flammable materials to be properly stored in fireproof containers. These used rag containers shall be emptied daily. 7. COORDINATION OF EQUIPMENT USERS Once on-site, the contractor s representatives are required to coordinate performance of work with the equipment users, MCOPC Biomedical Engineering office. If called in after hours, the contractor shall check-in/check-out with MCOPC Radiology Service and update them of the status. At all times, the contractor s representative shall respond to inquiries from MCOPC personnel regarding any aspect of the work they are performing, or shall direct the party to the Biomedical Engineering office at 956-618-7156 telephone. All contact with clinic patients, employees, visitor or volunteers shall be in a professional and courteous manner. 8. INSPECTION OF EQUIPMENT GE PRIMO LUNARDXA shall be properly inspected and tested for proper operation at 901 East hackberry locations. Once all work has been completed on relocation of equipment. 9. END OF SERVICE PERIOD Documentation shall be provided once equipment is tested & accepted by facility.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANTHCS/VANTHCS/36C25718Q0156/listing.html)
- Document(s)
- Attachment
- File Name: 36C25718Q0156 36C25718Q0156.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3916181&FileName=36C25718Q0156-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3916181&FileName=36C25718Q0156-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25718Q0156 36C25718Q0156.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3916181&FileName=36C25718Q0156-000.docx)
- Place of Performance
- Address: McAllen Outpatient Clinic;901 East Hackberry Blvd.;McAllen, TX
- Zip Code: 78501
- Zip Code: 78501
- Record
- SN04745319-W 20171122/171120231219-822e95638a705b06bff3a865accf032a (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 |