Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2018 FBO #6144
DOCUMENT

J -- NORCAL VA Carestream X-Ray Detector Repair, Purchase, and Service Contract. - Attachment

Notice Date
9/17/2018
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 21;VA Southern Nevada Healthcare System;6900 N. Pecos Road, Building 6;North Las Vegas NV 89086
 
ZIP Code
89086
 
Solicitation Number
36C26118Q9642
 
Response Due
9/20/2018
 
Archive Date
10/20/2018
 
Point of Contact
Thomas McLain (702) 791-9000 x18929
 
E-Mail Address
Thomas.McLain@va.gov
(thomas.mclain@va.gov)
 
Small Business Set-Aside
N/A
 
Description
. General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C26118Q9642 Posted Date: 17 September 2018 Original Response Date/Time: 20 September 2018 / 4:00PM PDT Current Response Date: 20 September 2018 / 4:00PM PDT Product or Service Code: J065 Set Aside: None NAICS Code: 811219 Contracting Office Address VA Southern Nevada Healthcare System 6900 N. Pecos Road, Building 6 North Las Vegas, NV 89086 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, and Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100, dated 08-22-2018. The associated North American Industrial Classification System (NAICS) code for this procurement is 811219, with a small business size standard of $20.5M. The Department of Veteran Affairs Northern California Health Care Services, Sacramento CA is seeking to purchase the below listed supply item, and services for repair and maintenance on a sole source basis from Carestream Health Inc. in support of x-ray equipment supported with Carestream s proprietary Smart Link medical remote system for the following: Supply and Service Item(s): Line Item Description Quantity/Unit Unit Price Total Price 0001 REPAIR of 1 EA DRX-1 Carestream X-Ray Detector (SN: 144500142406) 1 JB 0002 REPAIR of 1 EA DRX-1 Carestream X-Ray Detector (SN: 133600138546) 1 JB 0003 Purchase Part Number: SSAC2603 DRX Plus CSI New Carestream X-Ray Detector (35 X 43) 1 EA 0004 Vendor to provide for Accident Plan and Smart Care Select Coverage Service Agreement for a One Year period. Accident Plan includes Drop and Liquid coverage, repair parts and 24/7 phone support for the fifteen (15) Carestream X-Ray detectors for listed serial numbers in the Statement of Work. 1 YR SUPPLIES AND SERVICES Contractor shall repair two (2) Carestream DRX-1 X-Ray Detectors (SN 144500142406 and SN 133600138546) located at VA Martinez, 150 Muir Road, Martinez, CA 94553. Contractor shall provide smart care select coverage and accident plan that includes drop and liquid coverage, along with repair parts and 24/7 phone support for fifteen (15) Carestream X-Ray Detectors throughout Northern California Healthcare System as listed below. The newly purchased detector will include a 1-year warranty and will be covered under the accident coverage plan that includes drop and liquid coverage. Services shall be provided for the Department of Veterans Affairs Northern California Health Care System. All services shall be provided in accordance with the specifications, terms and conditions contained herein. ONE-TIME DETECTOR REPAIR DRX-1 Detector Repair SERIAL NUMBER: 144500142406 DRX-1 Detector Repair SERIAL NUMBER: 133600138546 DETECTOR PURHASE TO INCLUDE SERVICE COVERAGE SSAC2603 DRX Plus CSI New Detector (35 x 43) Includes 1-year warranty ONE YEAR SMART CARE SELECT and ACCIDENT PLAN COVERAGE VAMC Martinez, CA. DRX-1C DETECTOR FOR DRX-REVOLUTION SERIAL NUMBER: 133600138523 SERIAL NUMBER: 133600138546 SERIAL NUMBER: 133600138523 DRX-1C DETECTOR/EVOLUTION CH1&2 SERIAL NUMBER: 134600139145 SERIAL NUMBER: 165000145615 DRX Plus 3543C Detector SERIAL NUMBER: TBD for the New Detector VAMC Sacramento, CA DRX-1C DETECTOR FOR DRX-REVOLUTION SERIAL NUMBER: 133500138492 SERIAL NUMBER: 131400137337 SERIAL NUMBER: 133600138528 DRX Plus 3543C Detector SERIAL NUMBER: 162030100175 DRX-1C DETECTOR/EVOLUTION CH1&2 SERIAL NUMBER: 153100144242 VAMC McClellan, CA DRX Plus 3543C Detector SERIAL NUMBER: 172030100777 SERIAL NUMBER: 172130100786 VAMC Oakland, CA DRX-1C DETECTOR/EVOLUTION CH1&2 SERIAL NUMBER: 144500142406 DRX Plus 3543C Detector SERIAL NUMBER: 154430100983 DESCRIPTION/SPECIFICATIONS/WORK STATEMENT SERVICES: The C&A requirements do not apply, and that a Security Accreditation Package is not required. Contractor shall furnish the following: Repairs of dropped or liquid damaged detectors are provided by CARESTREAM at no additional customer cost Parts & Labor necessary for repair are provided by CARESTREAM at no additional customer cost. Unscheduled Service and maintenance parts, labor and travel are provided. Unscheduled Service is provided. Modifications for Safety or Reliability modifications including equipment, parts, hardware, and safety is provided by CARESTREAM at no additional customer cost. Equipment Verification will be provided by CARESTREAM at no additional customer cost. Emergency Telephone Technical support is provided 24 hours per day 7 days a week by CARESTREAM at no additional customer cost. 2. DEFINITIONS/ACRONYMS: A. Biomedical Engineering - Supervisor or designee, Phone Number (916) 366-5481 B. CO - Contracting Officer. C. TPOC Technical Point of Contact. D. 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 operative conditions. Service shall consist of calibration and testing in accordance with the manufacturer s latest established service procedures to ensure operation of equipment within manufacturer s or VA s performance specifications, whichever is the most rigorous. PM includes cleaning, inspecting lubricating and testing all equipment. All equipment shall be operated at least one complete operating cycle at the end of each PM. E. FSE - Field Service Engineer. A person who is authorized by the contractor to perform maintenance (corrective and/or preventive) services on the VA Outpatient Clinic premises. F. ESR - Vendor Engineering Service Report. A documentation of the services rendered for each incidence of work performance under the terms and conditions of the contract. G. Acceptance Signature - VAOPC employee who indicates FSE demonstrated service conclusion/status and user has accepted work as complete/pending as stated in ESR. H. Authorization Signature TPOC s signature; indicates TPOC accepts work status as stated in ESR. I. NFPA - National Fire Protection Association. J. CDRH - Center for Devices and Radiological Health. K. VAOPC - Department of Veterans Affairs Outpatient Clinic. L. OEM - Original Equipment Manufacturer 3. CONFORMANCE STANDARDS: Contractor shall provide services and material to ensure that the equipment functions in conformance with the latest requirements of NFPA-99, JC, NEC, OSHA, HIPAA, Federal and VA security specifications and requirements as applicable. The equipment shall be maintained such that it meets or exceeds the performance specifications as established in the OEM s technical specifications. Additional performance specifications that exceed the OEM specifications shall be specified in writing by the VA. 4. PREVENTIVE MAINTENANCE (PM): Contractor shall perform Preventive Maintenance inspections as per contract. B. The contractor shall furnish documentation, including all measurement and calibration data to certify that the system is performing in accordance with the performance specifications. 5. EMERGENCY MAINTENANCE: A. All required parts shall be furnished, with the exception of expendable, consumable parts. Consumable and expendable parts are defined as items that require replacement on a greater than one month frequency. Any exceptions shall be noted by the contractor in writing prior to the initiation of the contract. All subsequent decisions on classification of parts are at the discretion of the Biomedical Engineer. The CO, TPOC or designated alternate has the authority to approve/request a service call from the contractor. On-site response within 4 hours. 6. HOURS OF COVERAGE: Normal hours of coverage are (Monday through Friday) from 8:00am to 5:00pm, excluding holidays. Work performed outside the normal hours of coverage at the request of TPOC will be billed at the government rate. A separate purchase order will be issued to cover the cost(s) associated with any call back service as described herein. 7. PARTS: The contractor shall furnish and replace parts at no cost with next delivery by 10:30a. The contractor shall have ready access to unique and/or high mortality replacement parts. All parts supplied shall be OEM or equivalent and fully compatible with existing equipment. The contract shall include all parts with the exception of consumable or expendable items. The contractor shall use new or rebuilt parts. Used parts, those removed from another system, shall not be installed without approval by the TPOC. The contractor is required to install VA supplied parts when said parts are determined to be fully compatible. The determination of compatibility is at the discretion of the TPOC. 8. SERVICE MANUALS: The VAOPC shall not provide service manuals or service diagnostic software to the contractor for use in providing services under this contract. 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), which are necessary to meet the performance requirements of this contract. The location and listing of the service data manuals, by name, and/or the manuals themselves shall be provided to the CO upon request. 9. DOCUMENTATION/REPORTS: The documentation will include equipment down time and 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 conformance standards. Such documentation shall meet the guidelines as set forth in the Conformance Standards. In addition, each ESR must at a minimum document the following data legibly and in complete detail: A. Name of Contractor B. Name of FSE who performed services. C. Contractor Service ESR Number/Log Number. D. Date, Time (starting and ending), Hours-On-Site for service call. E. VA Purchase Order Number(s) (if any) covering the call, if outside normal working hours. F. Description of Problem Reported by TPOC/User. G. Identification of Equipment to be serviced to include the following: Equipment ID # or EE# from the bar-code, Manufacturer's Name, Device Name, Model#, Serial #, and any other Manufacturer's identification numbers. H. Itemized Description of Service(s) Performed (including Costs associated with after normal working hour services), including: Labor and Travel, Parts (with part numbers) and Materials and Circuit Location of problem/corrective action. I. Total Cost to be billed. J. Signatures from the following: 1. FSE performing services described. 2. VA Employee who witnessed service described. K. Equipment downtime, calculated in accordance with Conformance Standards. 10. REPORTING REQUIREMENTS: The contractor shall report to Biomedical Engineering to "check-in" upon arrival and prior to performance of work under this contract. This check-in is mandatory and can be accomplished in person or by phone contact. When the service(s) is/are completed, the FSE shall document the services rendered on a legible ESR(s). The FSE shall be required to check out with the Biomedical Engineering Department (location to be specified at time of contract award) and submit the ESR(s) to the TPOC. All ESRs shall be submitted to the equipment user for an "acceptance signature" and to the TPOC for an "authorization signature." If the TPOC is unavailable, a signed accepted copy of the ESR will be sent to the TPOC within 5 business days of work completion. 11. ADDITIONAL CHARGES: There will be no additional charge for time spent at the site during, or after the normal hours of coverage awaiting the arrival of additional FSE and/or delivery of parts. 12. REPORTING REQUIRED SERVICES BEYOND THE CONTRACT SCOPE: The Contractor shall immediately, but no later than 24 consecutive hours after discovery, notify the CO and TPOC, (in writing), of the existence or the development of any defects in, or repairs required to the scheduled equipment which the Contractor considers he/she is not responsible for under the terms of the contract. The contractor shall furnish the CO and TPOC with a written estimate of the cost to make necessary repairs. 13. CONDITION OF EQUIPMENT: The contractor accepts responsibility for the equipment described herein, in "as is" condition. Failure to inspect the equipment prior to contract award will not relieve the contractor from performance of the requirements of this contract. 14. COMPETENCY OF PERSONNEL SERVICING EQUIPMENT: A. Each respondent must have an established business, with an office and full-time staff. The staff includes a "fully qualified" FSE and a "fully qualified" FSE who will serve as the backup. B. "Fully Qualified" is based upon training and on experience in the field. For training, the FSE(s) shall have successfully completed a formalized training program, for the equipment identified herein. For field experience, the FSE(s) shall have a minimum of two years of experience, with respect to scheduled and unscheduled preventive and remedial maintenance on equipment identified herein. C. The FSE(s) shall be authorized by the contractor to perform the maintenance services as required. All work shall be performed by "Fully Qualified" competent FSEs. The contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSEs for each make and model the contractor services at the VAOPC. The CO may authenticate the training requirements, request copies of training certificates or credentials from the contractor at any time for any personnel who are servicing or installing any VAOPC equipment. The CO and/or the TPOC specifically reserve the right to reject any of the contractor's personnel and refuse them permission to work on the VAOPC equipment. 15. TEST EQUIPMENT: Prior to commencement of work on this contract, the contractor shall make available if requested a copy of the current calibration certification of all test equipment that is to be used by the contractor in performing work under the contract. This certification shall also be provided on a periodic basis when requested by the VAOPC. Test equipment calibration shall be traceable to a national standard. 16. IDENTIFICATION, PARKING, SMOKING, CELLULAR PHONE USE AND VA REGULATIONS: The contractor's FSE shall wear visible identification at all times while on the premises of the VAOPC. It is the responsibility of the contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police-Security Service. The VAOPC will not invalidate or make reimbursement for parking violations of the contractor under any conditions. Smoking is prohibited inside any buildings at the VAOPC. Cellular phones and two-way radios are not to be used within six feet of any medical equipment. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in a citation answerable in the United States (Federal) District Court, not a local district state, or municipal court. 17. COMPLIANCE WITH OSHA BLOODBORNE PATHOGENS STANDARD: The contractor shall comply with the Federal/California OSHA Bloodborne Pathogens Standard. The contractor shall: A. Have methods by which all employees are educated as to risks associated with bloodborne pathogens. B. Have policies and procedures that reduce the risk of employee exposure to bloodborne pathogens. C. Have mechanisms for employee counseling and treatment following exposure to bloodborne pathogens. D. Provide appropriate personal protective equipment/clothing such as gloves, gowns, masks, protective eyewear, mouthpieces for the employee during performance of the contract. Records Management Language for Contracts Required The following standard items relate to records generated in executing the contract and should be included in a typical Electronic Information Systems (EIS) procurement contract: Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. Delivery/Place of Performance Address: 150 Muir Road City - State: Martinez, CA Zip Code: 94553 It is anticipated that a firm-fixed price purchase order shall be awarded on a sole source basis to Carestream Health Inc. (Cage Code: 4QX22) as a result of this synopsis/solicitation. Sources must have the authorization from Carestream Health Inc. in order to provide services and support for equipment supported by the Carestream Smart Link Remote System Network. Concerns having been authorized by Carestream Health Inc. for providing these services, are invited to submit offers in accordance with the requirements stipulated in this solicitation. Award shall be made to the lowest price technically acceptable offeror meeting or exceeding the requirements of this solicitation. As referenced under FAR 52.252-1 Solicitation Provisions Incorporated by Reference, and FAR 52.252-2 Clauses Incorporated by Reference, the following pertains: The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The full text of VAAR provisions or clauses may be accessed electronically at https://www.va.gov/oal/library/vaar/index.asp The following FAR solicitation provisions apply to this acquisition: FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2017) FAR 52.212-2, Evaluation Commercial Items (Oct 2014) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Jan 2017) Offerors must complete annual representations and certifications on-line at http://www.sam.gov/portal. in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. The following FAR contract clauses apply to this acquisition: FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) FAR 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2017) FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub.L. 109-282) (31 U.S.C. 6101 note) FAR 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 657f) FAR 52.222-3, Convict Labor (June 2003) (E.O. 11755) FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) The following VAAR contract clauses apply to this acquisition: VAAR 852.203-70, Commercial Advertising (Jan 2008) VAAR 852.232-72, Electronic Submission of Payment Requests (Nov 2012) VAAR 852.237-70, Contractor Responsibilities (Apr 1984) All "quoters" shall submit the following: one copy of quote with unit price and extensions for each line item and totaled for all. All "quotations shall be sent to the Department of Veterans Affairs, 6900 N. Pecos Road, Building 6 North Las Vegas, NV 89086 via email address at thomas.mclain@va.gov. This is an open-market combined synopsis/solicitation for services as defined herein.    The government intends to award a firm fixed price purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. Submission shall be received not later than 16:00 PDT on 20 September 2018 at Department of Veterans Affairs, 6900 N. Pecos Road, Building 6 North Las Vegas, NV 89086. Email quotes to thomas.mclain@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the contract specialist, Thomas McLain at email address: thomas.mclain@va.gov. All questions regarding this solicitation are required to be submitted not later than 09:00 PDT on 20 September 2018 in order to render response prior to closing date and time of this solicitation. Point of Contact Contract Specialist: Thomas McLain, (702) 791-9000 x 18929, email: thomas.mclain@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4514087d8cf678c802e238c3d7ce14b1)
 
Document(s)
Attachment
 
File Name: 36C26118Q9642 36C26118Q9642.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4596123&FileName=36C26118Q9642-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4596123&FileName=36C26118Q9642-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05091514-W 20180919/180917230837-4514087d8cf678c802e238c3d7ce14b1 (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.