SOURCES SOUGHT
J -- GE Logiq Ultrasound Service Contract
- Notice Date
- 8/25/2020 1:16:10 PM
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24220Q1085
- Response Due
- 9/2/2020 7:00:00 AM
- Archive Date
- 11/01/2020
- Point of Contact
- Janice A Brooks, Janice Brooks Campbell, Phone: (718) 584-9000 x6096
- E-Mail Address
-
janice.brooks@va.gov
(janice.brooks@va.gov)
- Awardee
- null
- Description
- Synopsis: Please note that this is NOT a request for quotes or proposals, the Government is seeking information for market research purposes only. Network Contracting Office (NCO) 2 of the Department of Veterans Affairs is currently conducting a market survey for qualified firms capable of providing GE Logiq Ultrasound Service Contract for the VA New Jersey Health Care System, East Orange and Lyons campus. Contractor shall provide scheduled preventative maintenance and unscheduled corrective maintenance. The North American Industry Classification Systems (NAICS) is 811219. Responses to this notice must be submitting in writing (email) and must be received not later than September 2, 2020 at 10:00AM. Email: Janice.Brooks@va.gov. No telephone inquiries will be accepted. Interested parties MUST provide company/individual name, a capability statement, examples of same or similar work performed at other facilities, DUNS number and address, point of contact and social-economic. The purpose of this notice is to gain knowledge of potential qualified sources and their size classification/socioeconomic status (service-disabled veteran owned small business, veteran owned small business, women owned small business, HUB Zone, 8(a), small business or large business), relative to NAICS 811219. Responses to this notice will be used by the Government to make appropriate acquisition decisions. A solicitation is not currently available. If a solicitation is issued, it will be announced on Federal Business opportunities website http://www.fbo.gov at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. STATEMENT OF WORK VANJHCS GE LOGIQ Ultrasound Systems Service Contract Background: The Veterans Administration New Jersey Health Care System (VANJHCS) is seeking vendor services associated with performing preventative maintenance and corrective maintenance on the General Electric (GE) LOGIQ Ultrasound Systems located at the East Orange (EO) and Lyons (LY) facilities. The purpose of this requirement is to ensure that all equipment is maintained to operate in a correct and safe manner as intended and designed by the Original Equipment Manufacturer (OEM). Scope of Work: During the service term, the contractor shall provide scheduled preventative maintenance and unscheduled corrective maintenance in strict compliance to this contract services on the specified GE LOGIQ Ultrasound Systems which are all portable ultrasonic scanning systems: Model: LOGIQ 5 EXPERT Serial Number: 26539SU7 EE#: 57128 Location: LY Model: LOGIQ 9 Serial Number: 66842US6 EE#: 47482 Location: EO Model: LOGIQ P5 Serial Number: 2615SU2 EE: 59956 Location: EO Preventative Maintenance: Preventive maintenance (PM) services are systematic evaluations and measures performed to ensure that equipment identified conform to the OEM specifications. The Contractor shall perform PM services which include the following: Annual, Semi-annual, and/or Quarterly preventive maintenance checks and services as recommended or required by OEM Performance Checks to perform a preventative maintenance inspection in accordance with contactor s current Performance Checklist and OEM Any changes to the checks made by the OEM shall be implemented in a timely manner Equipment cleaning and lubrication as required Review of operating system software diagnostics Review of Error/Fault logs Equipment calibration Replacement of components, parts, assemblies in accordance with OEM preventive maintenance procedures and as OEM part replacement schedule points are reached Inspection of electrical components, conductors, circuit boards, assemblies and replacement of those that display signs of wear or factors that may impair functionality Inspection of electrical wiring and mechanical cables, all associated couplings and fixtures for integrity and tension and adjustment Inspection of all mechanical components for mechanical integrity, safety, and function Parts may be replaced with manufacturer refurbished, new OEM approved parts or repaired as the contractor deems appropriate Subsequent system functional verification as outlined in OEM guidelines Corrective Maintenance: During the service term, the contractor shall provide on-site support to resolve those problems unable to be resolved via telephone and online support. On-site unscheduled corrective maintenance includes the following: Repair or replacement of system components or assemblies Parts may be replaced with manufacturer refurbished or new OEM approved parts All replacement units, parts, components, and materials shall be compatible with that of existing equipment on which it is to be installed Equipment Cleaning and lubrication as necessary Review of operating system software diagnostics Review of Error/Fault logs Equipment calibration Once available, updates or upgrades of device software, operating system software, and device firmware will be notified to the COR by the contractor and the installation of said upgrade or update is to be scheduled Subsequent system functional verification Completion and submittal of service documentation as defined below TELEPHONE AND ONLINE SERVICE SUPPORT During the service term, Contractor will provide access to Contractor s e-Service website or Contractor s Call Center to report system problems and receive assistance Contractor activities for unscheduled service calls placed through the Contractor Call Center will comply with the response times listed below: Initial phone contact with the service requestor within four (4) hours On-site service within 48 hours Contractor Additional Responsibilities: Contractor shall: Contact Healthcare Technology Management prior to arrival at the VAMC to arrange for an escort as a mandatory check in Perform scheduled maintenance in accordance with the manufacturers recommended PM intervals with changes in this periodicity requiring prior approval Complete all services within 30 business days of the Government s request for service Establish a mutually acceptable maintenance schedule that fulfills OEM preventative maintenance requirements for the duration of the contract prior to starting any work Provide evidence that all testing equipment used in the course of any maintenance procedures has a current NIST calibration at time of service In the event maintenance procedures necessitate changing any device setting, to include device networking and data recording settings, all settings must be documented as found prior to any changes. All changes will be documented as deviations from the as found state Any changed settings not necessary to return the delivered products to a state of conformance with applicable OEM specifications will be returned to the as found condition prior to FSE departure from the location of maintenance Perform all scheduled service/repairs during normal business hours of operation unless the Contracting Officer (CO) or Contracting Officer Representative (COR) determines that services are needed outside of normal working hours Normal business hours are 08:00 AM to 4:30 PM; Monday through Friday excluding Federal holidays In the event equipment requires off site repair, planned removal will be approved by and coordinated with the COR and affected department Contractor shall be responsible for damage or loss of equipment during servicing Reporting Requirements: The contractor s Field Service Engineer (FSE) shall document all maintenance support services rendered on a legible Engineering Service Report (ESR). ESRs shall be provided no later than 5 business days after completion of service. One ESR shall be submitted for one service activity (either Preventative or Corrective Maintenance) for each system. Multiple devices will not be listed on a single ESR. An ESR must contain the following: Date and time of arrival on station Name and functional capacity of all FSE personnel involved with the maintenance Description of service i.e. Scheduled, Unscheduled Description of reported problem, actual cause of problem List of any pertinent faults or errors and definitions as necessary Detailed statement of work performed and listing of test values obtained during functional verification of device Type, model, and serial number of equipment on which service was performed Total time spent on work performed Travel time will be listed independently from on station labor Complete list of parts replaced including OEM part numbers List all test equipment used and date of last NIST calibration Date and time VA equipment was returned to service Evidence of proper system functionality must be provided following work performed Safety Requirements: The Contracting Officer or his/her designee will notify the contractor of any noncompliance with the foregoing safety provisions and the action to be taken. The Contractor shall, after receipt of such notice, immediately correct the conditions to which attention has been directed. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all or any part of the work and hold the Contractor in default. Period of Performance: This service contract is valid for the following timeframes with oversight from VANJHCS and contractor: One-year base period with four one-year options Base period of performance: 10/1/2020 9/31/2021 Place of Performance: This service contract is valid for the following facilities of the VANJHCS: EAST ORANGE VAMC - East Orange 385 Tremont Avenue East Orange, NJ 07018 LYONS VAMC - Lyons Campus 151 Knollcroft Road Lyons, NJ 07939
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/66095967828749a48105872c55787359/view)
- Place of Performance
- Address: New Jersey VA Healthcare System 385 Tremont Avenue, East Orange, NJ 07018, USA
- Zip Code: 07018
- Country: USA
- Zip Code: 07018
- Record
- SN05773365-F 20200827/200825230159 (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 |