Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 12, 2018 FBO #6014
DOCUMENT

J -- Full Service Contract for Hitachi MRI(s) and Ultrasound(s) for the Thomas E Creek Amarillo VA Health Care System - Attachment

Notice Date
5/10/2018
 
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;124 E. Hwy 67;Duncanville, Texas 75137
 
ZIP Code
75137
 
Solicitation Number
36C25718Q0779
 
Response Due
5/17/2018
 
Archive Date
8/15/2018
 
Point of Contact
Victoria Rone
 
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 will assist the Government in determining the appropriate acquisition method. NAICS code: 811219 and the size standard is $20.5M. NOTE: Respondent claiming SDVOSB and VOSB status must be registered and CVE verified in VetBiz Registry www.vetbiz.gov. Project Requirements: To provide a full-service contract for the Hitachi Oasis MRI and the Hitachi Aloka Ultrasound systems located in the Diagnostic Imaging Department. See the Statement of Work. Anticipated period of performance: Base: November 1, 2018 to October 31, 2019 Option Year One: November 1, 2019 to October 31, 2020 Option Year Two: November 1, 2020 to October 31, 2021 Option Year Three: November 1, 2021 to October 31, 2022 Option Year Four: November 1, 2022 to October 31, 2023 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 repairs and maintenance for the Hitachi medical equipment listed in Statement of Work and any authorization to service this equipment on only Hitachi Corporation 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 Victoria.Rone3@va.gov with the subject line "Sources Sought, 36C25718Q0799, Hitachi Full Service Contract /your company name" by 8:00 A.M. CT on May 17, 2018. 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 will 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). STATEMENT OF WORK SCOPE OF WORK: The Thomas E Creek Amarillo VA Healthcare System is seeking a full-service contract for the Hitachi Oasis MRI and the Hitachi Aloka Ultrasound systems located in the Diagnostic Imaging Department. The C&A requirements do not apply, and a Security Accreditation Package is not required. This service contract will include unlimited repairs, parts, software updates, associated devices, unlimited labor and travel, and perform preventive maintenance in accordance with manufacturer recommendations during the hours of 8am-5pm Monday-Friday. I. EQUIPMENT IDENTIFICATION NAME/DESCRIPTION OF EQUIPMENT- MRI MANUFACTURER- Hitachi MODEL- Oasis SERIAL NUMBER- G21009001 EQUIPMENT I.D. NUMBER- LOCATION- Building 28 Room 1351 NAME/DESCRIPTION OF EQUIPMENT- MRI Chiller MANUFACTURER- Haskris MODEL- Outdoor OPC-12-A7-Uxxxx-M500 SERIAL NUMBER- HB31915 EQUIPMENT I.D. NUMBER- N/A LOCATION- Building Building 28 Room 1351 Roof NAME/DESCRIPTION OF EQUIPMENT- MRI Flex coil MANUFACTURER- Hitachi MODEL- SERIAL NUMBER- EQUIPMENT I.D. NUMBER- LOCATION- Building 28 Room 1351 NAME/DESCRIPTION OF EQUIPMENT- MRI Flex coil MANUFACTURER- Hitachi MODEL- SERIAL NUMBER- EQUIPMENT I.D. NUMBER- LOCATION- Building 28 Room 1351 NAME/DESCRIPTION OF EQUIPMENT- MRI Head coil MANUFACTURER- Hitachi MODEL- SERIAL NUMBER- EQUIPMENT I.D. NUMBER- LOCATION- Building 28 Room 1351 NAME/DESCRIPTION OF EQUIPMENT- MRI CT&L coil MANUFACTURER- Hitachi MODEL- SERIAL NUMBER- EQUIPMENT I.D. NUMBER- LOCATION- Building 28 Room 1351 NAME/DESCRIPTION OF EQUIPMENT- MRI Body coil MANUFACTURER- Hitachi MODEL- SERIAL NUMBER- EQUIPMENT I.D. NUMBER- LOCATION- Building 28 Room 1351 NAME/DESCRIPTION OF EQUIPMENT- MRI Extremity coil MANUFACTURER- Hitachi MODEL- SERIAL NUMBER- EQUIPMENT I.D. NUMBER- LOCATION- Building 28 Room 1351 NAME/DESCRIPTION OF EQUIPMENT- MRI Neuro coil MANUFACTURER- Hitachi MODEL- SERIAL NUMBER- EQUIPMENT I.D. NUMBER- LOCATION- Building 28 Room 1351 NAME/DESCRIPTION OF EQUIPMENT- MRI C-Spine coil MANUFACTURER- Hitachi MODEL- SERIAL NUMBER- EQUIPMENT I.D. NUMBER- LOCATION- Building 28 Room 1351 NAME/DESCRIPTION OF EQUIPMENT- MRI Wrist coil MANUFACTURER- Hitachi MODEL- SERIAL NUMBER- EQUIPMENT I.D. NUMBER- LOCATION- Building 28 Room 1351 NAME/DESCRIPTION OF EQUIPMENT- MRI Knee coil MANUFACTURER- Hitachi MODEL- SERIAL NUMBER- EQUIPMENT I.D. NUMBER- LOCATION- Building 28 Room 1351 NAME/DESCRIPTION OF EQUIPMENT- MRI Shoulder coil MANUFACTURER- Hitachi MODEL- SERIAL NUMBER- EQUIPMENT I.D. NUMBER- LOCATION- Building 28 Room 1351 NAME/DESCRIPTION OF EQUIPMENT- MRI Solenoid coil MANUFACTURER- Hitachi MODEL- SERIAL NUMBER- EQUIPMENT I.D. NUMBER- LOCATION- Building 28 Room 1351 NAME/DESCRIPTION OF EQUIPMENT- Ultrasound MANUFACTURER- Hitachi MODEL- Arietta 70 LE SERIAL NUMBER-204X9730 EQUIPMENT I.D. NUMBER- LOCATION- Building 28 Room 1323 NAME/DESCRIPTION OF EQUIPMENT- Ultrasound MANUFACTURER- Hitachi MODEL- Arietta 70 LE SERIAL NUMBER- 204X9731 EQUIPMENT I.D. NUMBER- LOCATION- Building 28 Room 1323 NAME/DESCRIPTION OF EQUIPMENT- Ultrasound C251 probe MANUFACTURER- Hitachi MODEL- Aloka SERIAL NUMBER- EQUIPMENT I.D. NUMBER- LOCATION- Building 28 Room 1323 NAME/DESCRIPTION OF EQUIPMENT- Ultrasound C251 probe MANUFACTURER- Hitachi MODEL- Aloka SERIAL NUMBER- EQUIPMENT I.D. NUMBER- LOCATION- Building 28 Room 1323 NAME/DESCRIPTION OF EQUIPMENT- Ultrasound L34 probe MANUFACTURER- Hitachi MODEL- Aloka SERIAL NUMBER- EQUIPMENT I.D. NUMBER- LOCATION- Building 28 Room 1323 NAME/DESCRIPTION OF EQUIPMENT- Ultrasound L34 probe MANUFACTURER- Hitachi MODEL- Aloka SERIAL NUMBER- EQUIPMENT I.D. NUMBER- LOCATION- Building 28 Room 1323 NAME/DESCRIPTION OF EQUIPMENT- Ultrasound L441 probe MANUFACTURER- Hitachi MODEL- Aloka SERIAL NUMBER- EQUIPMENT I.D. NUMBER- LOCATION- Building 28 Room 1323 NAME/DESCRIPTION OF EQUIPMENT- Ultrasound L441 probe MANUFACTURER- Hitachi MODEL- Aloka SERIAL NUMBER- EQUIPMENT I.D. NUMBER- LOCATION- Building 28 Room 1323 NAME/DESCRIPTION OF EQUIPMENT- MRI Power Injector MANUFACTURER- Medrad MODEL- Spectris Solaris ED SERIAL NUMBER- EQUIPMENT I.D. NUMBER- LOCATION- Building 28 Room1351 II. DEFINITIONS/ACRONYMS Biomedical Engineering- Supervisor or designee. CO- Contracting Officer. COR- Contracting Officer s Representative. PM- Preventive Maintenance Inspection. Services which are periodic in nature and are required to maintain the equipment in such condition that it may be operated in accordance with its intended design and functional capacity with minimal incidence of malfunction or inoperative conditions. FSE- Field Service Engineer is the person who is authorized by the contractor to perform maintenance (corrective and/or preventive) services. ESR- Vendor Engineering Service Report. A documentation of the services rendered for each incidence of work performance under the term and conditions of the contract. Acceptance Signature- VA employee who is authorized to sign-off on the ESR which indicates that the PM had been concluded or is still pending completion, or that the emergency repair had been accomplished or is still in a pending status. Authorization Signature- COR s signature; indicates COR accepts work status as stated in ESR. NFPA- National Fire Protection Association. CDRH- Center for Devices and Radiological Health. VAMC- Department of Veterans Affairs Medical Center. AVAHCS- Thomas E. Creek Amarillo VA Healthcare System. III. CONFORMANCE STANDARDS: Contract service shall ensure that the equipment functions in conformance with the latest published edition of the applicable standards, such as: NFPA-99, UL OSHA, VA, CDRH, etc. and the Manufacturers Performance standards/specifications as used when the equipment was originally procured and that any upgrades/updates will meet the standards/specifications. IV. HOURS OF COVERAGE: Normal hours of coverage are Monday through Friday from 8:00 am to 5:00 pm, excluding holidays. All service/repairs will be performed during normal hours of coverage unless requested or approved by the COR or his designee. Preventive maintenance will be performed as scheduled by COR or his designee. Preventive maintenance will be performed during normal hours of coverage. Work performed outside the normal hours of coverage at the request of COR or his designee will be approved with estimate by the CO or COR. Billing will include service time plus one hour for travel time, and exclude parts, as they are included in this contract. Work performed outside the normal hours of coverage at the request of FSE or contractor will be considered service during normal hours of coverage and is not considered billable services. Federal Holidays observed by the AVAHCS are: Normal Work Hours: The service schedule shall be developed between the contractor and Contracting Officer Representative (COR) prior to any service being performed. The following is a list of U.S. Government holidays. If the holiday falls on a Saturday, the proceeding Friday is observed as the holiday; if the holiday falls on a Sunday, the following Monday is observed as the holiday and any other day specifically declared by the President of the United States to be a national holiday. HOLIDAY DATE New Year s Day Jan 1 Martin Luther King s Birthday 3rd Monday in Jan President s Day 3rd Monday in Feb Memorial Day Last Monday in May Independence Day July 4 Labor Day 1st Monday in Sep Columbus Day 2nd Monday in Oct Veterans Day Nov 11 Thanksgiving Day 4th Thursday in November Christmas Day December 25 PERIOD OF PERFORMANCE: Base: November 1, 2018 to October 31, 2019 Option Year One: November 1, 2019 to October 31, 2020 Option Year Two: November 1, 2020 to October 31, 2021 Option Year Three: November 1, 2021 to October 31, 2022 Option Year Four: November 1, 2022 to October 31, 2023 V. UNSCHEDULED MAINTENANCE (EMERGENCY REPAIR SERVICE) Contractor and Biomedical Engineering shall maintain the equipment in accordance with Section III. Conformance Standards. Contractor will provide unlimited telephone technical support and, all required parts. The CO, COR, or designated alternate has the authority to approve/request a service call from the Contractor. Response time contractor s FSE or technical support must respond with phone to the COR or his/her designee within two hours after receipt of telephone notification and be onsite within four hours of notification.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANTHCS/VANTHCS/36C25718Q0779/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25718Q0779 36C25718Q0779.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4295917&FileName=36C25718Q0779-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4295917&FileName=36C25718Q0779-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Thomas E Creek Amarillo VA Health Care System;6010 W Amarillo Blvd;Amarillo, Texas
Zip Code: 79106
 
Record
SN04917954-W 20180512/180510230555-f43d852c23974a6bccc92000fe92d01b (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.