Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 20, 2020 SAM #6686
MODIFICATION

J -- Preventive Maintenance on Skytron Operating Room Tables

Notice Date
3/18/2020 2:48:46 PM
 
Notice Type
Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
 
ZIP Code
95655
 
Solicitation Number
36C26120Q0445
 
Response Due
4/3/2020 12:00:00 AM
 
Archive Date
04/18/2020
 
Point of Contact
Jocelyn T Layson-Castillo Contract Specialist 808-433-0600
 
E-Mail Address
Jocelyn.Layson-Castillo@va.gov
(Jocelyn.Layson-Castillo@va.gov)
 
Awardee
null
 
Description
J Skytron Operating Room Tables Preventive Maintenance at VANCHCS - Sacramento The Department of Veterans Affairs Northern California Health Care System Sacramento Medical Center, Biomedical Engineering Department has a requirement for Preventive Maintenance and Repair service on four (4) Skytron Operating Room Tables. Intend to award a base plus four option year contract. This is a total small business set-aside. (See Draft Statement of Work). STATEMENT OF WORK SERVICES: The C&A requirements do not apply, and that a Security Accreditation Package is not required. Contractor shall provide Two (2) Annual Preventative Maintenance Service Agreement for Four (4) Operating Room Tables as fully described below. Maintenance Services shall be provided for the Department of Veterans Affairs Northern California Health Care System Sacramento Medical Center. All services shall be provided in accordance with the specifications, terms and conditions contained herein. The following equipment located at NCHCS, Mather, CA. Table Skytron Model 3603 Serial Number 3603-SUC-2018Y-0542 Table Skytron Model 3603 Serial Number 3603-SUC-2018Y-0549 Table Skytron Model 3603 Serial Number 3603-SUC-2018Y-0555 Table Skytron Model 3603 Serial Number 3603-SUC-2018Y-0599 Primary Right Fit Service Agreement includes the following: Priority scheduling for service calls and access to spar parts inventory All labor and travel during the standard working hours of coverage Mon to Fri 8 am 5 pm. Excluding holidays. One-hour initial response time with four hours on site response. Replacement of all spare parts that fail during normal use. Excluding Consumables Lifecycle Catalogue discount of 15% excluding UPS Parts Delivery a 10:30 am next day. Equipment Planned Maintenance service per Skytron manufacturer specifications performed during standard working hours of coverage. Proprietary operating system software enhancements without hardware changes (excludes software upgrades for 1.5T and 3.0 MRI) Unlimited technical service 24 x 7 and Clinical Applications Telephone support (Monday to Friday 8:00 am to 5 :00 pm.) Remote Service Support (includes Remote Desktop) Reports: PSI Eligible, service history, PM s on request. Contractor shall furnish the following: Preventative Maintenance including PM required parts, system verification, alignment, and adjustments are provided by Contractor at no additional customer cost Parts & Labor necessary for PM are provided by Contractor at no additional customer cost. Unscheduled Service and maintenance parts & labor are provided. Unscheduled Service is provided. Modifications for Safety or Reliability modifications including equipment, parts, hardware, and safety is provided by Contractor at no additional customer cost. Equipment Verification will be provided by Contractor at no additional customer cost. Emergency Telephone Consultation is provided 24 hours per day 7 days a week by Contractor at no additional customer cost. 2. DEFINITIONS/ACRONYMS: Biomedical Engineering - Supervisor or designee, Phone Number (916) 366-5481 CO - Contracting Officer. COTR - Contracting Officer's Technical 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 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 - COTR's signature; indicates COTR 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 and agreed schedule. 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: 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. B. The CO, COTR or designated alternate has the authority to approve/request a service call from the contractor. C. 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 as identified in Section H. Work performed outside the normal hours of coverage at the request of COTR 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 COTR. 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 COTR. 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: 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 COTR/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: FSE performi DSW historical procurement data indicated this manufacturer does not offer resell of their products. See the attached Justification and Approval for Other Than Full and Open Competition for additional information regarding the sole source determination. This notice of intent is NOT a request for quotations. A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. Address questions to Greg Cagle, Contract Specialist, at cagle@wapa.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fb1b971e08c8413589e6db3a6c3c8b0b/view)
 
Record
SN05592675-F 20200320/200318230215 (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 |
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.