Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 13, 2022 SAM #7530
SPECIAL NOTICE

J -- Service Contract FACS Canto VAMC West Roxbury, MA

Notice Date
7/11/2022 2:20:22 PM
 
Notice Type
Special Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24122P0806
 
Archive Date
09/09/2022
 
Point of Contact
Deborah L Reardon, Deborah.Reardon@va.gov, Phone: 410-691-1140
 
E-Mail Address
deborah.reardon@va.gov
(deborah.reardon@va.gov)
 
Awardee
null
 
Description
1 Intent to Sole Source This notice is being published in accordance with Federal Acquisition Regulation (FAR) Part 5.101(a)(2) requiring the dissemination of information on proposed contract actions. This is a notice of intent to award a sole-source contract pursuant to 10 U.S.C 2304 (C)(1), as implemented by FAR 6.302-1(a)(2) and 6.301-1(c), only one responsible source and no other supplies od services will satisfy agency requirements, and brand-name descriptions. The Department of Veterans Affairs located at the 1400 VFW Parkway, West Roxbury Mass has a requirement for a 4-year Service Contract for the service described below. The Government intents to award a firm-fixed-price sole source contract. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. this notice of intent is not a request for competitive proposals. This is a written notice to inform the public of the Governments intent to award on a sole source basis. Interested parties may identify their interest and capability to respond to the requirement. Any response to this notice must show clear and convincing evidence that competition will be advantageous to the Government. Please contact Deborah Reardon, Contracting Officer with the responses or questions regarding this requirement at Deboraah.Reardon@va.gov. No telephone calls please. This notice will close on July 15,2022, at 2:00 Eastern Standard Time (EST) BD BIOSCIENCE Contract is for the period 9/21/22 through 9/20/23 And four option years Vendor to provide service. parts, labor, and travel and two (2) preventive maintenance (PMs) per 12 month-period on the BD FACSCanto systems located in VA Boston Healthcare system, 1400 V.F.W. Parkway, West Roxbury, MA 02132 Campus, building 3, 2ND floor. LAB POC is albert.filion@va.gov phone (857) 203-5942. The Clinical Engineering & invoice POC is dennis.allen2@va.gov phone (857) 203-5517. All contractor personnel without exception, must contact the laboratory POC to schedule their visit. Upon arrival contact the LAB POC to meet the vendor REP at the front door of building 3 to be escort to Clinical Engineering to sign in and to verify that they received a visitor identification badge before any work is performed. Contractor personnel will be escorted by LAB or Clinical Engineering staff to the work location and must return to Clinical Engineering to sign out and turn-in said badge along with the documented service report for the service performed. If there is a need to replace hard drives, the hard drives, and all information on it is the property of the VA and must remain in the control of the VA Clinical Engineering department for proper destruction. . Systems BD FACSCanto, Serial # V96100073 FACSLoader, Serial # F06500120 BD FACSCanto Serial # V33896101658 FACSLoader S/N F34206501584 Summary: This service contract shall include parts, labor, travel and 2 preventive maintenance procedures on the BD FACSCanto per 12- month period. All equipment shall be maintained in proper operating condition as specified by the manufacturer. Vendor must have proven access to original equipment, manufacturers (OEM) parts manuals and schematics to perform the service. Vendors must provide their own EOM manuals and schematics, which must be available on site at time of service. All defective parts replaced become the property of the vendor. The VA will retain any hard drives removed from the system. Hours of Coverage: Contract hours will be 8:30 AM to 5:00 PM Monday through Friday (excluding Federal holidays). Response Time: 24-hour response to a request for emergency on-site service. If vendor fails to meet this commitment, a $500 response time credit will be issued. Unlimited telephone support for instruments, reagents and application will be provided at no cost. Contractor will report to Biomedical Engineering upon arrival on site to be escorted to the equipment. Qualification of Vendor: Vendor will provide documentation of substantial experience working on the identified make and model instrument. This documentation shall specifically include individuals who will work on the systems. Contracting Officer reserves the right to request factory training certificates from vendor personnel for servicing equipment under contract to determine qualification of responsibility. Vendor personnel who work on this equipment must take the VA Rules of Behavior training because they will have access to sensitive information. Specifications of Work: Contractor will follow manufacturer s recommendations for PM, repair calibration and modifications, including use of diagnostic software where applicable. Replacement software will include all site-specific adaptation present in originally delivered software. Guaranteed Uptime: A guaranteed uptime of 95% shall be maintained during hours of coverage to date: Uptime % = productive time down time divided by productive time times 100. Productive time is planned time of use of equipment. Downtime begins at time of first service call until equipment is returned to proper operating conditions. Updates: Vendor will provide all software and hardware updates upon release at no additional cost to the Government throughout the life of this contract. All software and hardware updates requiring changes to existing equipment requiring a 6550 will be initiated by Clinical Engineering. Documentation Requirements: Service field reports shall be provided at the time of the service call and given to lorant.bako@va.gov in the Biomedical Engineering department. Summary (or duplicate copies) of field service reports must be included with the invoices. Field service reports shall include written evidence of performance of all procedures and tests as required by the manufacturer. They shall include itemized parts and labor. Services and parts not covered by contract: Contracting Officer or Contracting Officer s COTR authorization for any work or parts outside the scope of this contract must be received prior to performance of work or payment will not be authorized. Parts required that are not covered by contract will be purchased by the VA and installed under the terms of the contract.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c4001ac42d97410abf87726671104e1b/view)
 
Record
SN06383916-F 20220713/220711230104 (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.