Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 26, 2024 SAM #8369
SOURCES SOUGHT

J -- VECTor/CT/OI Equipment Preventative Maintenance and Support Columbia VA

Notice Date
10/24/2024 1:02:43 PM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25525Q0041
 
Response Due
10/30/2024 9:00:00 PM
 
Archive Date
11/10/2024
 
Point of Contact
Tracie Raggs, Contract Specialist, Phone: 913-946-1985
 
E-Mail Address
tracie.raggs@va.gov
(tracie.raggs@va.gov)
 
Awardee
null
 
Description
REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. The submission of pricing, capabilities for planning purposes, and other market information is highly encouraged and allowed under this RFI In Accordance With (IAW) FAR Part 15.201(e). SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a RFI/sources sought only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 811210 (size standard of $34 Million). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 15 Network Contracting Office, is seeking sources that can provide the following,: Maintaince and support for MILabs VECTor/CT/OI System One (1) full service maintenance contract in which the contractor shall provide all labor, personnel, equipment, tools, materials, parts, preventative maintenance, and services necessary to maintain the VECTor/CT/OI System. Equipment To Be Serviced MILabs positron emission tomography (PET) machine, MILabs single photon emission tomography (SPECT) machine, MILabs computed tomography (CT) machine, MILabs Optical Imaging (OI) machine, three operating stations (Dell EMC, Windows ServerĀ® 2019 Standard, Dell Server PET440, 64-bit operating system) Require a full service package for the maintenance and upkeep of the system to provide: Technical Support After notification of a technical problem by the customer, initially the problem will be assessed and potentially solved by remote diagnostic/service. Remote Assistance Technical support options must include remote assistance solutions to facilitate timely support. Preventative maintenance Vendor shall perform two service visits per year for preventative maintenance (PM). The system will be checked for general proper system operation and all required safety and quality checks will be performed at least once per year. Parts that are subject to normal wear and tear will be replaced as needed; the costs for these preventative replacement parts are to be included in the price of the contract. Consumables are excluded from the contract. Travel and lodging expenses for scheduled preventative maintenance shall be included in the price. Replacement parts To be provided at no extra cost to the Department of Veteran Affairs. The parts must be installed by qualified technicians. Safety and quality control Technicians must be certified to provide safe and effective servicing of the MILabs VECTor/CT/OI system according to the standards of the manufacturer s performance and technical specifications, Federal Regulations, VA Regulations, and meet the requirements of The Joint Commission and Life safety Code. Software updates and upgrades Software updates and bug fixes are included and are to be installed during the site visits or remotely, after informing the customer on the availability of such updates to include software upgrades. Staff training To be provided quarterly. At least two quarters will offer remote technical training and at least two quarters will offer in person training. Dates to be determined upon award. An additional four (4) trainings will be made available as requested by the Department of Veteran affairs at no cost. Application support Application will be made available on an as needed basis. With unlimited requests. All parts and labor Must be included for emergent and normal preventative maintenance and all parts must meet manufacturer s standards. 4.0 Services To Be Rendered Two service visits per year will be performed for preventative maintenance (PM). The system must be checked for general proper system operation. All required safety and quality checks will be performed at least once per year. Parts that are subject to normal wear and tear are to be replaced when needed (the costs for these preventative maintenance replacement parts are to be included in the maintenance costs), spare parts for corrective repairs, vacuum parts, crystals, and X-ray sources must be covered as well. All software updates, bug fixes and upgrades must be included in this full service contract. All labor rates, travel, lodging, and expenses for repairs/replacements are to be included in the contract price. Response time for service and application support during business days/hours is to be within four (4) hours after receipt of e-mail report by means of remote service. If the problem cannot be fixed remotely, a service engineer must be on site within two (2) business days (Monday through Friday 08:00 18:00 excluding statutory holidays). The information identified above are intended to be descriptive, not restrictive, and to indicate the quality of the services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the services that fulfill the required specifications. If you are interested and are capable of providing the sought-out services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer, an authorized distributor, or an equivalent solution for the services being referenced above? If an authorized distributor must provide proof. If you re a small business and you are an authorized third party vendor for the services identified above or an equivalent solution, are you providing the equipment from a small business manufacturer? Do you alter, assemble, or modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? Does your company have an FSS contract with GSA, VA NAC, NASA SEWP, or any other federal contract, that can be utilized to procure the requirement listed above? If so, please provide the contract number. Must submit your capabilities that show clear, compelling, and convincing evidence that you can meet the requirement described in the attached SOW. Please provide your UEI number. Responses to this notice shall be submitted via email to Tracie Raggs at tracie.raggs@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Wednesday, October 30, 2024, at 2300 CST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/127af4a13c1d4d6dab4fdc10f035730b/view)
 
Place of Performance
Address: Harry S. Truman Medical Center 800 Hospital Drive, Columbia 65201, USA
Zip Code: 65201
Country: USA
 
Record
SN07249107-F 20241026/241024230116 (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.