SPECIAL NOTICE
J -- Intent to Sole Source Bayer Medrad Injector Service
- Notice Date
- 9/16/2022 9:09:11 AM
- 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
- 36C24122Q1236
- Archive Date
- 11/15/2022
- Point of Contact
- Manases Cabrera, Contracting Specialist, Phone: 781-687-4418
- E-Mail Address
-
manases.cabrera@va.gov
(manases.cabrera@va.gov)
- Awardee
- null
- Description
- Page 5 of 5 Page 1 of 3 INTENT TO SOLE SOURCE: PROCUREMENT OF DIRECTCARE BASIC AND TECHCARE FOR MEDRAD EQUIPMENT INTENT TO SOLE SOURCE FOR PURCHASE REQUISITION: This is not a request for competitive proposals. This is not a solicitation or request for offers. No solicitation package is available and telephone requests will not be honored. The Department of Veterans Affairs Manchester Medical Center intends to award a one-time, Firm Fixed Price, Sole Source contract for DirectCARE and TechCARE for MedRad Equipment Service to be performed at VAMC Providence by Original Equipment Manufacturer Bayer HealthCare LLC Technology, knowledge, technical expertise, and servicing capabilities for the DirectCARE and TechCARE for MedRad Equipment Service are proprietary to Bayer HealthCare LLC. A Sole Source Letter was provided by the Original Equipment Manufacturer (OEM) describing the proprietary nature of the DirectCARE and TechCARE for MedRad Equipment Service establishing this requirement as being peculiar in distribution to Bayer HealthCare LLC. The letter states that only the Bayer HealthCare LLC is authorized to perform the DirectCARE and TechCARE for MedRad Equipment Service The authority for applying the Simplified Acquisition Procedures for Commercial Items of FAR 13.5 is 41 U.S.C. 1901. This statute is implemented by for restricting competition on this procurement via FAR 8.405-6(a)(1)(i)(B). The intent is to procure these products on a sole source basis. No solicitation will be posted to Contract Opportunities. The primary North American Classification System Code (NAICS) is 811219. The most current Business Size Rating for this NAICS is $22 Million. Capable parties may identify their interests and authorization to respond to this requirement by September 23rd, 2022, at 10:00 AM (EDT). A determination by the Government not to compete this proposed award upon response to this notice is solely within the discretion of the Contracting Officer. STATEMENT OF WORK FOR SERVICE AND SUPPORT OF Bayer Medrad Injectors BACKGROUND Manchester VA Medical Center has three Bayer Medrad injectors that are used for administering contrast during different radiographic procedures. These devices are part of our contrast dose management and radiation dose management systems. The equipment will need to be maintained, by a qualified and reliable company, for ongoing quality assurance, software package modifications including upgrades & patches, telephone technical support, and future onsite repairs, calibrations, and preventive maintenance. OBJECTIVES The contract effort goals are to maintain, upgrade, service and support all components of the equipment listed in Section F throughout the total contract period at the Manchester VA Medical Center. Objectives to meet the service and support goal include, but are not limited to, replacement parts coverage, service support, telephone support, software and hardware support, continuing education for VA staff and support service, full maintenance coverage by providing all replacement parts, labor, travel expenses, tools, test equipment and other incidentals necessary to maintain or restore the listed equipment to operating specifications according to the manufacturer s recommendations throughout the term of the contract. PERIOD OF PERFORMANCE After the contract has been awarded, the period of performance will be defined within the following time parameters. Base Year: October 1, 2022 - September 30, 2023 Option Year One: October 1, 2023 - September 30, 2024 Option Year Two: October 1, 2024 - September 30, 2025 PLACE OF PERFORMANCE Delivery of services in this case will be conducted virtual and/or at the following address: Manchester VA Medical Center, Radiology Department 718 Smyth Road, Manchester, NH 03104 SCOPE OF WORK (TASKS FOR SERVICES) The work requirements for this contract performance period are introduced as stated in the preceding sections. However, it is here within the scope of work they will be captured explicitly. The contractor will meet the following requirements as bulleted below, THE CONTRACTOR WILL: REPAIRS All Field Engineer on site visits shall be performed during the normal VA business hours 8:00am-5:00pm, Monday through Friday, excluding Federal holidays On-site response time shall be within 16 business hours of request All Field Engineers or company representative must check in with Clinical Engineering (aka: Biomedical Engineering or Healthcare Technology Management) prior to starting their work at the facility. All telephone technical support shall be provided at no additional cost Repair parts shall be provided and shipped, next day 10:30 am at no extra cost to the Government SCHEDULE MAINTENANCE (PREVENTIVE MAINTENANCE) Preventive maintenance shall be scheduled during normal VA business hours as identified above. Preventive maintenance shall be coordinated with the Radiology department so that there is minimal negative impact to patient care. All parts and equipment necessary to complete the preventive maintenance shall be provided and shipped, next day 10:30 am at no extra cost to the Government SOFTWARE All software updates, inclusive of installation of any minor patches or major revisions, shall be included at no extra cost to the Government The Contractor shall assist in any/all software and/or network vulnerabilities identified by the Government that need remediation as expressed by the Government. All software will be approved and/or scanned by Clinical Engineering (aka: Biomedical Engineering or Healthcare Technology Management) prior to installation. SERVICE DOCUMENTATION At the conclusion of each repair and scheduled maintenance call, the Contractor shall provide a written service report, to Clinical Engineering (aka: Biomedical Engineering or Healthcare Technology Management), within 3 business days indicating: Date(s) of service Make, model, serial number, and barcode/ID number of the equipment serviced Name of FSE who performed the work Hours worked Description of the reported problem, the services performed, and parts replaced Make, model, serial number, barcode/ID number, and proof of up-to-date calibration of the test equipment used in the repair or preventive maintenance service. Quantifiable measurement results, inclusive of range and tolerance, for all tests conducted EQUIPMENT LIST Item # Catalog Number Serial Number Product Product Description 1 DCB-FLEX 300820U1 Medrad Stellant Flex CT Injeciton System Contract Injector system associated with the CT 2 DCB-SCTD 301346 Medrad Stellan D CT Injection System Contract Injector system associated with the PET/CT 3 DCB-SMRS 46757 Medrad Spectris EP MR Injection System Contract Injector system associated with the MRI 4 DCB-CS 41924256 Medrad Portegra2 Overhead Counterpoise System Injector ceiling mounted arm 5. DCB-CS 0119/23938 Medrad Portegra2 Overhead Counterpoise System Injector ceiling mounted arm
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4410a1d85a13437493eb573353ae4fa9/view)
- Record
- SN06468398-F 20220918/220916230135 (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 |