SPECIAL NOTICE
J -- Notice of Intent to Sole Source Full service maintenance of Bayer CT/MRI injectors. THIS IS NOT A REQUEST FOR QUOTE
- Notice Date
- 3/11/2020 8:05:48 AM
- Notice Type
- Special Notice
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24420Q0385
- Archive Date
- 03/26/2020
- Point of Contact
- David M. Santiago David.Santiago2@va.gov
- E-Mail Address
-
David.Santiago2@va.gov
(David.Santiago2@va.gov)
- Awardee
- null
- Description
- Send a capability statement, no more than one page in length; to include Company Name, Duns Number, Socioeconomic Category, brief description of your business entities capability to handle this particular project in the Altoona, PA. area, website and GSA Contract number & or other VA Medical Center contract information. Email to David Santiago, David.Santiago2@va.gov with 36C24420Q0385 in the email Subject line, no later than 12:00 pm Wednesday March 18, 2020. Draft Statement of Work (SOW) Injectors Systems Preventative Maintenance (PM) and Corrective Maintenance (CM) 1. BACKGROUND: The James E. Van Zandt VA Medical Center (hereafter referred to as JEVZ VAMC , Altoona VAMC or the Government ) has a requirement for a post-warranty, full service agreement on the two injector systems for major imaging modalities located at the Altoona VA Medical Center (VAMC). 2. TYPE of CONTRACT: Firm-fixed price 3. PERIOD of PEFORMANCE: Base plus option years, see delivery schedule. 4. PLACE OF PERFORMANCE: The injector systems are located at the main building of the JEVZ Medical Center Facility: James E. Van Zandt VA Medical Center 2907 Pleasant Valley Blvd Altoona, PA 16602 5. DESCRIPTION OF SERVICES: Includes original equipment manufacturer (OEM) parts, on-site labor, PM, CM, and all other safety inspections prescribed by either the manufacturer s specifications and the latest versions of any recommended announcement outlined by the OEM for (1) MEDRAD STELLANT D DUAL SYRINGE and (1) MEDRAD MRXPERION from Bayer US LLC. Service calls for repairs require facility product screening. Response time is within 4-hours. 6. PERFORMANCE DELIVERABLES: PM fully according with the living documentation of manufacturer s specifications, up to date with all revisions that may be issued. Electronic documents reflecting the full set of parameters checked per manufacturer s specifications, results, and recommendations must be delivered within a week of PM. If any further follow-up is deemed necessary, field service engineer (FSE) or other kind(s) of representatives performing PM or CM are to notify Biomedical Engineering in person and/or phone call and in writing (email) what is needed, if it will be covered, and how soon it can be scheduled, if not able to be fixed immediately, the same-day of work. Vendor is to provide a plan, any necessary quote, and schedule within one-week for repairs; services not covered under contract will not be conducted until such a time that a government-officiated purchase order is (if at all) issued for repairs, parts, or any additional work. The FSE will have documented certification and authorization that is up to date from the manufacturer to perform PM on the Bayer injectors in coordination with any peripheral monitoring devices. FSE will perform all steps required for regular maintenance at the mandated intervals, per manufacturer s specifications, using the proper and fully calibrated equipment as OEM specifies. Upon request, JEVZ VAMC will be provided with documentation including operators and services manuals as well as networking documents, at no charge to JEVZ VAMC. FSE will receive VA-issue PM labels that will be filled out completely and legibly and affixed to a visible surface of the device and components checked, next to the equipment entry (EE) barcode label that identifies tracking on the devices. FSE will ensure that VA Biomedical Engineering personnel are informed of proceedings and results of PM or any other contract-authorized work before leaving premises. 7. PERFORMANCE EXPECTATIONS: Contractor shall yield: Available hours 8AM 4:30PM Monday through Friday Calibration per OEM specifications and procedures Software updates OEM certified part replacements Complete inspection and safety testing Onsite service by an OEM-certified field engineer Full warranty coverage for the term of the agreement 24/7 Technical Support Full, free access to OEM-mandated VirtualCare� Remote Support 8. RECORD MANAGEMENT: a. Citations to pertinent laws, codes and regulations such as 44 U.S.C� Chapter� 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. b. 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. c. 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. d. 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 e. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract f. The Government Agency owns the rights to all data/records produced as part of this contract. g. 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. h. 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.]. i. 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. j. 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.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e99f2fd1a39c49899d4f253c2f1c5087/view)
- Record
- SN05585441-F 20200313/200311230144 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |