DOCUMENT
J -- Preventative Maintenance and Repair B-Braun Dialysis Machines VA Medical Center Salt Lake City UT 84148 - Attachment
- Notice Date
- 11/2/2018
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;NCO 19;1011 Honor Heights Drive;Muskogee OK 74401
- ZIP Code
- 74401
- Solicitation Number
- 36C25919Q0040
- Response Due
- 11/6/2018
- Archive Date
- 1/5/2019
- Point of Contact
- Lance Davis
- Small Business Set-Aside
- N/A
- Description
- Preventative Maintenance Services and Repair of B. Braun Renal Therapy Dialysis Machines VA Medical Center Salt Lake City UT 84148 BRIEF SCOPE OF WORK (This is for information only) Project Scope Contractor must be able to purchase spare parts and supplies from B. Braun in order to perform Preventative Maintenance and Services on Dialog+ Evolution Dialysis Machines (Version 9.12). Contractor must have completed B. Braun s technical training program related to specific device version(s) being serviced. Contractor shall provide all labor, transportation, materials, apparatus, tools, equipment, supervision and disposals necessary for performing preventive maintenance on the Dialog+Evolution Dialysis Machines. The general limit of the specified work area will be located in the VAMC, 500 Foothill Blvd, Salt Lake City, UT 84148. 1. WORK TO BE PERFORMED: Preventive Maintenance The contractor shall provide preventive care on the Dialog+Evolution Dialysis Machines. Guaranteed Response Time: Onsite services will be rendered within two business days after the problem has been diagnosed. Live Phone Support: phone support with Technical Support Engineers between 6:00 a.m.-8:00 p.m. (Eastern Time). After Hours Phone Support: No after- hours telephone support. Not required as per the Biomedical Engineering Department, VA Salt Lake City. Software Enhancements: Periodic software enhancements to existing features updating user functionality. Software upgrades and Service with respect to additional equipment not purchased by Customer may be subject to separate terms to be agreed upon by the parties. Scheduled Preventative Maintenance: Perform at least 1 periodic maintenance (PMI) service on the Dialog+Evolution Dialysis machines to maintain factory specifications per year. Parts Exchange: All parts required for the repair of the System (excludes instruments and accessories) are covered. Labor & Travel Expense: Labor and travel conducted during normal business hours: Monday-Friday 8:00 a.m. - 5:00 p.m. Customer s local time, (excludes company holidays). Certified Trained Technicians: The scheduled maintenance and service calls shall be performed by Dialog+Evolution Dialysis therapy trained personnel in accordance with the Agreement. Hours of Coverage Normal hours of coverage are Monday through Friday from 8 a.m. to 5 p.m., excluding the federal holidays listed as follows: Federal Holidays: New Year s Day Dr. Martin Luther King Jr s Birthday Presidents Day Memorial Day Independence Day Labor Day Columbus Day Veteran s Day Thanksgiving Day Christmas Day Any other day specifically declared a National Holiday by the President of the United States. When one of the above designated legal holidays falls on a Sunday, the following Monday will be observed as a legal holiday. When a legal holiday falls on a Saturday the preceding Friday is observed as a holiday by US Government Agencies. Phone Support with competent technical support Engineers between 6am 8pm Eastern Time. Parts The contractor shall furnish all spare and replacement parts under the terms of this contract. The price of all parts used to perform all scheduled preventive and unscheduled maintenance shall be included in the price of this contract as listed in the schedule. The Government will not pay for any parts provided (during either scheduled or unscheduled maintenance), by the contractor during the performance of this contract. Any parts that are damaged by user neglect, the Government will pay for. Only new standard parts (manufactured by the maker of the equipment, or equal) shall be furnished to maintain equipment covered under the contract. Government Furnished Equipment The VAMC does not furnished equipment, tools, software. Scheduled Maintenance The Contractor shall perform PMI Service to ensure that the equipment listed in the schedule performs in accordance with the original manufacture s specifications. Annual PMI Service must be completed by November 30th of each year. An outline of the PMI schedule and procedures shall be provided to the COR within 2 weeks of award of the contract. The contractor shall provide a written description of the Preventive Maintenance Inspections (PMI). This description shall include an itemized list of the procedures performed, including electrical safety. PM services shall include, but are not limited to, the following: Documentation for review to ensure that the system is operating in accordance with the manufacturer s specifications, B.Braun Dialysis and maintenance. Calibrating and lubricating the equipment. Performing remedial, non-emergent maintenance. Testing and replacing faulty and worn parts and/or parts likely to fail or become faulty or worn. Inspection and replacement of worn or frayed electrical wiring and cables. Returning the equipment to the operating to the operating condition and mode. Providing documentation of services performed. All service/repairs shall be performed during normal hours of coverage unless requested or approved by the COR or Biomedical Engineering Department. PM inspection and calibration of the B. Braun Dialysis systems shall be performed in conjunction with all other preventive maintenance as outlined in the schedule submitted by the contractor and agreed to by the VA. All exceptions to the PM schedule shall be arranged and approved in advance with the COR or Biomedical Engineering Department. The Contractor shall provide and utilize procedures and checklists with worksheet originals indicating work performed and actual values obtained (as applicable). Documentation shall be provided to the COR and Biomedical Engineering Department at the completion of the PM. Work performed outside the normal hours of coverage, at the request of FSE, shall be considered service during normal hours of coverage and shall be exempt from a labor hour charge. Equipment inventory: VA ID#: Model: SN: PMI Due EE72301 Dialog+ Evolution 210527 Annual EE72302 Dialog+ Evolution 210528 Annual EE72303 Dialog+ Evolution 210529 Annual EE72304 Dialog+ Evolution 210530 Annual EE72305 Dialog+ Evolution 210631 Annual EE72306 Dialog+ Evolution 210532 Annual EE72307 Dialog+ Evolution 210533 Annual EE72308 Dialog+ Evolution 210534 Annual EE72309 Dialog+ Evolution 210535 Annual EE72310 Dialog+ Evolution 210536 Annual EE72311 Dialog+ Evolution 210720 Annual EE72312 Dialog+ Evolution 210721 Annual EE72313 Dialog+ Evolution 210722 Annual EE72314 Dialog+ Evolution 210723 Annual Unscheduled Maintenance The contractor shall provide repair service which may consist of calibration, cleaning, adjusting, replacing parts, and maintaining the equipment, to include all intervening service calls performed between scheduled services and calibrations. All required parts shall be furnished to the VA at no cost. The contractor shall repair the equipment to functional level equivalent to the original manufacturer s specifications. Only the CO, the COR, or alternate designated by the CO has the authority to approve/request an unscheduled maintenance service call to the contractor. The VASLCHCS requests that the Biomedical Engineering Department be designated as an alternate. The contractor s FSE shall respond on site within (48) hours after receipt of request for service physically arriving in the Surgical Services Department or Biomedical Engineering. The contractor shall provide parts, if required to effect repair, and notify the VASLCHCS of an estimated time for repair completion. There shall be no hourly charge to the Government for unscheduled maintenance performed within the normal hours of coverage defined in the statement of work. Work performed outside the normal hours of coverage, at the request of the COR or Biomedical Engineering Department, shall be invoiced to the COR and Biomedical Engineering Department. Documentation Reports The documentation shall include detailed description 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 the specifications each ESR must, at a minimum, document the following data legibly and in compete detail: Name of contractor and contract number Purchase order number Contractor service ESR number/log number Date, Time (starting and ending), equipment downtime and hours on-site for service call. VA purchase order number(s) covering the call if outside normal working hours. Description of problems reported by the COR/user (if applicable) Identification of equipment to be serviced: Inventory ID number Manufacturer s name, device name, model number & serial number Any other manufacturer s identification numbers Itemized description of service performed (including, if applicable, costs associated with after normal working hour services) including: Labor and Travel Parts (with part numbers) Materials and circuit location of problem/corrective action Total Cost to be billed (if applicable i.e. part(s) not covered or service rendered after normal hours of coverage) Signatures, as needed FSE performing services described Authorized VA Employee who witnessed service described Reporting Requirements The Contractor shall log in with Biomedical Engineering Department or Dialysis Services prior to performing any service or maintenance. When the service is completed, the FSE shall document services rendered on a legible ESR. The FSE shall log out with the Biomedical Engineering Department or Dialysis Services and submit the ESR(s) to the COR and Biomedical Engineering Department. Infection Control Contractor shall conform to the infection control measures as specified in the work area. Preventive Maintenance Service will normally be performed in the surgical suite, unless otherwise directed by facilities staff. Duration This service contract will be for a Base Year, with four option years renewable at the discretion of the VA as quoted by the contractor. Facility Security Contractors, contractor personnel, subcontractors, shall be subjected to the same Federal Laws, Regulations, Standards, VA Directives, and Policies regarding information and information system security, and physical security as VA personnel. Contractor shall comply with all VAMC facility security requirements. Weapons prohibited; enclosed containers, tool boxes, vehicles, and personal property are subject to searches at the discretion of the VAMC police. Contractors, contractor personnel, subcontractors, shall park in designated parking areas. Biomedical Engineering will provide instruction on approved areas. Information Security The Dialysis does transmit patient data. Inner connectivity is already approved and tied to CPRS. Location of performance VA Medical Center 500 Foothill Blvd Salt Lake City UT 84148 IMPORTANTR NOTE: This RFI (Request for Information) is for information only; no award will be made from this RFI. Please communicate via e-mail to Lance.Davis2@va.gov by COB November 6, 2018 as to your company s ability to perform service per this brief Scope of Work. If interested please provide the following: Please state your company s business size Please provide DUNS number If you have a FSS/GSA contract that includes this service Provide FSS/GSA contract number if applicable
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/36C25919Q0040/listing.html)
- Document(s)
- Attachment
- File Name: 36C25919Q0040 36C25919Q0040.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4667338&FileName=36C25919Q0040-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4667338&FileName=36C25919Q0040-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25919Q0040 36C25919Q0040.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4667338&FileName=36C25919Q0040-000.docx)
- Place of Performance
- Address: VA Medical Center;500 Foothill Blvd;Salt Lake City, UT
- Zip Code: 84148
- Zip Code: 84148
- Record
- SN05141691-W 20181104/181102230326-12da4793f7a2b26ee6e8b0957171f9c5 (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 |