DOCUMENT
J -- GE MACLAB MAINTENANCE AND SUPPORT - Attachment
- Notice Date
- 10/17/2018
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Ann Arbor Healthcare System;Network Contracting Office 10;2215 Fuller Road;Ann Arbor MI 48105
- ZIP Code
- 48105
- Solicitation Number
- 36C25019Q0050
- Response Due
- 10/22/2018
- Archive Date
- 1/29/2019
- Point of Contact
- Thomas Auten
- E-Mail Address
-
5-3938<br
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT The Department of Veterans Affairs, Network Contracting Office 10, 24 Frank Lloyd Wright Drive, Lobby M, Suite 2200, Ann Arbor, MI 48105, intends to solicit offers for maintenance and service with all labor, materials, equipment, supervision, and all necessary resources to meet the requirements below. The Service shall be performed at the VA ANN ARBOR HEALTHCARE SYSTEM, 2215 FULLER RD, ANN ARBOR, MI 48105. Contractors that can provide this requirement and meets the requirements below are requested to send their 1. Company Name, 2. DUNS number, 3. Business size under NAICS 811219 and 4. If the item(s) are available on a FSS contract or not and the FSS contract number if it is available on contract, 5. Notification if they are a VETBIZ registered VOSB/SDVOSB, SMALL BUSINESS, WOMEN OWNED SMALL BUSINESS, COMPETETIVE 8 (a), or not. 52.219-14 Limitations on Subcontracting. Services, At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. This is not a solicitation. This is a Request for Information, Sources Sought. This Sources Sought will close on 10/22/2018 at 2:00 PM EST. Please e-mail all responses to Thomas.Auten@va.gov. DESCRIPTION/SPECIFICATIONS/WORK STATEMENT I. SCOPE OF WORK: The Contractor shall provide all labor and hardware support for VA Ann Arbor s Invasive Cardiology s three Z600 MacLab/Cardiolab acquisition workstation, the INW server and DMS server, as well as Electrophysiology Lab s GET CLAB II Plus 96 Channel Amplifier in addition to full remote software support and any necessary software updates/upgrades for the entire GE Maclab/Cardiolab systems at the VA Medical Center, 2215 Fuller Road, Ann Arbor, MI 48105, for the period of one base year starting November 1, 2018 to October 31, 2019, with one (1) option year in strict accordance with all schedules, specifications, terms, conditions and provisions of this contract. II. CONFORMANCE STANDARDS: All services provided under this contract must be performed in conformance with the National Fire Protection Agency (NFPA), Occupational Safety and Health Administration (OSHA), and Original Equipment Manufacturer standards and specifications. III. HOURS OF WORK: A. Hours of Work for preventive maintenance and emergency repairs, are normal business, 8AM to 5PM, Monday through Friday excluding federal holidays, or as otherwise arranged with the Contracting Officer Representative. B. The ten holidays observed by the Federal Government are New Year's Day, Martin Luther King Day, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. Also, any other day declared by the President of the United States to be a national holiday. C. Work performed outside of normal working hours of coverage at the request of the Contracting Officer or Contracting Officer Representative shall be billed at the vendor s listed pricing for overtime work. IV. PREVENTIVE MAINTENANCE: Preventive Maintenance will be performed at an agreed upon time between GE Medical Systems and VA Ann Arbor once a year during hours that do not disrupt laboratory cases. A field report must be left with the COR upon completion of a PM. Preventative maintenance must be performed according to Original Equipment Manufacturers (OEM) established procedures and checklists and parts may only be replaced with genuine OEM parts. V. SUPPORT & EMERGENCY REPAIR SERVICE: A. Service shall consist of maintaining the equipment in accordance with the Conformance Standards Section (Section II). Repair service shall consist of replacing parts, calibration, cleaning, oiling, adjusting and maintaining the equipment except those services necessitated by accident, fire or abuse. B. The Contracting Officer and Contracting Officer Technical Representative have the authority to approve/request a service call from the Contractor. C. Response Time: The Contractor's Field Service Engineer must respond with a phone call to the Contracting Officer Technical Representative within two (2) hour after receipt of notification in an effort to correct the problem by phone. Network support via VPN communications preferred for remote diagnostics. If the problem cannot be corrected by phone, the Field Service Engineer shall commence work (on-site physical response) within twenty-four (24) hours after receipt of notification and shall proceed progressively to completion without undue delay. VI. PARTS: All hardware and software listed in Attachment A of this document will be maintained and supported by the contractor. VII. DOCUMENTATION/REPORTS: The Contractor shall submit a legible field service report which shall include detailed descriptions of the preventive maintenance inspection or emergency repair services performed, including replaced parts and estimated prices required for the service call. NOTE: Any additional charges claimed must have been approved by the Contracting Officer Technical Representative before service was performed. VIII. REPORTING REQUIREMENTS: The field engineer will send their reports for any open cases to the COR of this contract and will not begin operating on any equipment without approval by the COR or an appropriate secondary authority. IX. COMPETENCY OF PERSONNEL SERVICING EQUIPMENT: A. The Contractor's staff shall include a "fully qualified" Field Service Representative assigned to this area and a "fully qualified" Field Service Representative who shall serve as the backup. B. "Fully qualified" is based upon training and on experience in the field. For training, the Field Service Representatives must have successfully completed a formalized training program for the equipment covered under this contract. For field experience, the Field Service Engineers must have a minimum of one (1) year of experience providing preventive maintenance and emergency repair services on the same make and model of equipment covered under this contract. C. The contractor shall provide written assurance of the competency of their personnel by detailing a list of Field Service Representatives along with applicable training and years of service experience on the specific devices covered in this agreement. This information shall be included in the quoted proposal for providing service. X. TEST EQUIPMENT: Upon request of the Contracting Officer s Technical Representative or the Contracting Officer, the Contractor shall provide copy of the current Calibration Certification of all test equipment which is to be used by the Contractor to perform service under this contract. Calibration of equipment shall be traceable and in conformance with test equipment Original Equipment Manufacturer standards. XI. SAFETY REQUIREMENTS: In the performance of this contract, the Contractor shall take such safety precautions as the Contracting Officer may determine to be reasonably necessary to protect the lives and health of occupants of the building. The Contracting Officer shall notify the Contractor of any safety issues and the action necessary to correct these issues. Such notice, when served on the Contractor or his representative at the work site shall be deemed sufficient for the corrective actions to be taken. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all or part of the work, and hold the Contractor in default. ATTACHMENT A REQUIRED: The following hardware, software, maintenance and support must be as described or equal to the items listed on Table 1 Contract Requirements. Covered Hardware Description Hardware/Software Support HPZ600 ACQUISITION WORKSTATIONS 69606; SH914124395TA Both HPZ600 ACQUISITION WORKSTATIONS 69605; SH914124443TA Both HPZ600 ACQUISITION WORKSTATIONS 69607; SH914124440TA Both MAC LAB ECG AMP 69626; RXJ14052577GA Both HP ML350P CATH INW 69604; SJT114190105TA Software Only HP DL380P CATH DMS 69603; SAX14205083BA Software Only P1008CK INTEGRATED ELECTRONIC BOX 69610; JTD14195995SA Software Only P1008CK INTEGRATED ELECTRONIC BOX 69609; JTD14195992SA Software Only P1008CK INTEGRATED ELECTRONIC BOX 69608; JTD14195994SA Software Only TRAM MODULE AND RAC W/ POWER SUPPLY 71747; SBB14092789GA Software Only TRAM MODULE AND RAC W/ POWER SUPPLY 71661; SBB14102868GA Software Only TRAM MODULE AND RAC W/ POWER SUPPLY 69627; VA: RST14100545GA GE: SBB1409278 7GA Software Only MICROPACE STIMULATOR 69622; Software Only 20 INCH NEC DISPLAY QTY: 9 Software Only HP LASER PRINTER P2035N Software Only Table 1 Contract Requirements
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAHCS506/VAAAHCS506/36C25019Q0050/listing.html)
- Document(s)
- Attachment
- File Name: 36C25019Q0050 36C25019Q0050.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4639364&FileName=36C25019Q0050-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4639364&FileName=36C25019Q0050-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25019Q0050 36C25019Q0050.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4639364&FileName=36C25019Q0050-000.docx)
- Place of Performance
- Address: VA ANN ARBOR HEALTHCARE SYSTEM;2215 FULLER ROAD;ANN ARBOR, MI
- Zip Code: 48105
- Zip Code: 48105
- Record
- SN05127343-W 20181019/181017230545-83101b0c0f8718efc0d974f160e14a61 (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 |