SPECIAL NOTICE
J -- SVC GE Discovery 850 NM/CT INTENT TO SOLE SOURCE
- Notice Date
- 10/20/2025 7:37:37 AM
- Notice Type
- Special Notice
- NAICS
- 811210
—
- Contracting Office
- 252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
- ZIP Code
- 53214
- Solicitation Number
- 36C25226Q0055
- Response Due
- 10/29/2025 7:00:00 AM
- Archive Date
- 02/05/2026
- Point of Contact
- Lori Eastmead, Contract Specialist, Phone: 414-844-4840
- E-Mail Address
-
lori.eastmead@va.gov
(lori.eastmead@va.gov)
- Awardee
- null
- Description
- Under Statutory Authority 41 U.S.C. 4106(c) the VA Great Lakes Acquisition Center (GLAC) intends to negotiate a sole source contract with GE Precision HealthCare for service on the GE Healthcare Discovery NM/CT 850ES Spect/CT system and 1.5T Signa Voyager MRI System located at the Clement J. Zablocki VA Medical Center, 5000 W. National Avenue, Milwaukee, WI 53295. This acquisition is conducted under the authority of 41 U.S.C. 4106(c) order against award schedule as implemented in FAR 16.505, only one responsible source and no other supplies or services will satisfy agency requirements. This will be a firm fixed price contract for base year with four one-year option periods to be exercised at the governments discretion. The NAICS Code is 811210. This Notice of Intent is not a request for competitive quotes. No solicitation documents are available and telephone requests will not be honored. However, if a firm believes it can meet the requirements it must furnish information about its products and services, as well as references from other customers who are using these products and service to the Contracting Officer by 9:00AM (Local Time) 10/29/2025. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the above requirements. Responses received will be evaluated however; a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. If no responses are received, the Contracting Officer will proceed with the sole source negotiation with the GE Precision HealthCare. Capability statements shall be submitted by email only as a MS Word or Adobe PDF attachment to Lori.Eastmead@va.gov. TELEPHONIC INQUIRIES WILL NOT BE ACCEPTED. DESCRIPTION/SPECIFICATIONS/WORK STATEMENT 1. Scope of Work: 1.1. The contractor will furnish all labor, transportation, parts, test equipment, tools, and expertise necessary to maintain the GE Healthcare Discovery NM/CT 850 ES SPECT/CT and GE Healthcare 1.5T Signa Voyager MRI located at the Clement J. Zablocki VA Medical Center in Milwaukee, Wisconsin. The vendor shall provide the following coverages on the system: Corrective Maintenance (including, for the SPECT/CT: Acquisition processor, crystal coverage, 30-minute ILinq response time, table, and x-ray tube. For the MRI: APM Predict OnWatch, GE coils, 30-minute ILinq response time, Spectroscopy, unlimited system usage, TDI coil suite, patient table, magnet maintenance and cryogen.), Planned Maintenance and Software Maintenance. The selected vendor shall have the ability to connect to the system remotely through an approved VA VPN connection for troubleshooting purposes. The vendor shall have the ability to apply all GE Healthcare Field Change Orders to ensure the system is maintained to manufacturer s standards to include software and quality updates. The vendor shall provide all coverages and benefits normally given in their commercial service and support agreements. 1.2. This contract is effective for 1 year upon date of award plus 4 one-year options that may be exercised at the discretion of the government. The base year period of performance on the GE Healthcare Discovery NM/CT 850 ES SPECT/CT System ID: 414384NM8501, EE# 108255 is 12/11/2025 through 12/10/2026. The base year period of performance on the GE Healthcare 1.5T Signa Voyager MRI System ID: 414384VAMR1, EE# 141631 is 3/24/2026 through 12/10/2026, which starts immediately after the MRI s warranty end date of 3/23/2026. 1.3. The medical equipment covered by this contract may contain electronic patient health information (EPHI). The vendor shall not remove/copy/delete any of the EPHI. If a computer hard drive needs to be replaced, the old hard drive must be turned in to biomedical engineering for destruction. The vendor will not receive compensation for the hard drive. The contractor, their personnel, and their subcontractors shall be subject to the federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in this contract. 1.4. Normal service requirements under this contract consist of scheduled preventive maintenance inspections, adjustments and repairs, as specified herein, along with scheduled contractor maintenance in response to service calls made by VA Milwaukee to the contractor due to a partial or complete system or subsystem failure which requires the contractor to respond within a specified time frame to make needed repairs/adjustments to the system. 2. Equipment: 2.1. The equipment to be serviced/maintained includes: GE Healthcare Discovery NM/CT 850 ES SPECT/CT System ID: 414384NM8501, EE# 108255 GE Healthcare 1.5T Signa Voyager MRI System ID: 414384VAMR1, EE# 141631 2.2 New Equipment- There is an expectation that equipment will fluctuate on this contract. If new imaging equipment or components are obtained, either through new purchase, upgrade or replacement of existing equipment, that equipment may be added (and the replaced equipment deleted) from the service contract as needed upon notification of the Contracting Officer (to be documented in writing via contract modification). Deleted equipment shall be credited in the full amount if deleted before any maintenance or repair has been performed on it. 3. Definitions/Acronyms: 3.1. Clement J. Zablocki Veterans Administration Medical Center, 5000 West National Avenue, Milwaukee, WI 53295 (ph. 414-384-2000) 3.2. CO Contracting Officer. 3.3. COR Contracting Officer s Representative. 3.4. IAW In Accordance With 3.5. 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 inoperative conditions. 3.6. FSE Field Service Engineer. A person who is authorized by the contractor 3.7. FSR Field Service Report. A documentation of the services rendered for each incidence of work performance under the terms and conditions of the contract. 3.8. Acceptance Signature Signature of VA Milwaukee employee who indicates FSE demonstrated service conclusion/status and user has accepted work as complete/pending as stated in ESR. 3.9. Authorization Signature COR s signature; indicates COR accepts work status as stated in ESR. 3.10. OSHA Occupational Safety and Health Administration. 3.11. First Look / CO-OP type of service contract coverage where the VA BESS attempts to solve minor problems or makes easily completed repairs with parts provided by the vendor. May also include the VA BESS accomplishing scheduled maintenance (PM) instead of the vendor performing it. This type of coverage normally results in a cost savings to the government. 3.12. BESS Biomedical Equipment Support Specialist. VA employee responsible vendor coordination of maintenance for VA owned medical equipment. 4. Conformance Standards: 4.1. Contract service shall ensure that the equipment/system functions in conformance with the latest published edition of NFPA-99, OSHA, manufacturer s Network Equipment/System. Upgrades/updates shall be installed in strict accordance with manufacturer s specifications and must operate within manufacturer s specifications and must operate within manufacturer s specified parameters. 5. Hours of Coverage: 5.1. The contractor will respond by phone at no additional charge, within the normal business hours (8:00 AM to 5:00 PM (Local Time) M-F). The contractor will respond by phone at no additional charge for service calls on the MRI within the hours of 8:00 AM to 9:00 PM Local Time) M-F. Normal hours of coverage for the GE Healthcare Discovery NM/CT 850 ES SPECT/CT System ID: 414384NM8501, EE# 108255 are 8:00 AM to 5:00 PM (Local Time) M-F. Normal hours of coverage for the GE Healthcare 1.5T Signa Voyager MRI System ID: 414384VAMR1, EE# 141631 are 8:00 AM to 9:00 PM (Local Time) M-F. 5.2. All scheduled service/repairs shall be performed during these normal hours of coverage unless one of the following conditions exists: 5.2.1 The contractor wishes to perform such maintenance at a time that is outside of the normal hours of coverage, at no additional cost to the Government, and the contractor submits a request to the COR prior to the proposed start of the maintenance and the request is approved by the COR before work is begun. 5.2.1.1 The COR directs that the scheduled maintenance be performed at a time that is outside the normal hours of coverage, and the additional cost is recommended by the COR and authorized by the CO. 5.3. Scheduled maintenance shall be performed in accordance with the manufacturer s recommended intervals and should be scheduled/completed during the month the VA requests. Changes in this periodicity will occur only when approval is granted by the COR and CO. 5.4. Scheduling for unscheduled maintenance requirements outside of normal hours shall be coordinated with and require the approval of the COR. 5.6. Federal holidays observed by VA Milwaukee are: New Year s Day Birthday of Martin Luther King, Jr. Inauguration Day Washington s Birthday Memorial Day Juneteenth National Independence Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day ** Any other day designated as a Federal Holiday by Presidential Decree. 6. Unscheduled Maintenance: 6.1. Contractor shall maintain the equipment in accordance with manufacturer s standards. 6.2. The contractor shall provide repair service, which may consist of calibration, cleaning, oiling, adjusting, replacing parts, and installing parts. 6.3. All parts will be covered in this agreement. 6.3.1 Options for the GE Healthcare Discovery NM/CT 850 ES SPECT/CT System ID: 414384NM8501, EE# 108255: INCLUDED: ACQUISITION PROCESSOR CRYSTAL COVERAGE ILINQ RESPONSE TIME:30 MIN. Table TUBE COVERAGE 6.3.2 Options for the GE Healthcare 1.5T Signa Voyager MRI System ID: 414384VAMR1, EE# 141631: INCLUDED: APM Predict: OnWatch GE SUPPLIED COILS ILINQ RESPONSE TIME: 30 MIN. SPECTROSCOPY SYSTEM USAGE: UNLIMITED TDI COIL SUITE INCL. PATIENT TABLE MAGNET MAINTENANCE & CRYOGEN MAGNET:0.5T, 1.0T, 1.5T (NON-TWIN) 6.4. The Contracting Officer, COR and designated Alternate have the authority to approve/request a service call from the contractor. 6.5. Response time: 6.5.1. Contractor s FSE shall respond by phone during normal business hours or within (30) minutes after normal business hours. 6.5.2. If the problem cannot be corrected by phone or by remote diagnostics the contractor will dispatch a technician to arrive not later than 4 business hours after the call is placed. Uptime commitment shall be 97%. 7. Scheduled Maintenance: 7.1. Contractor shall perform PM service to ensure that equipment listed in the schedule performs in accordance with the manufacturer's recommendations as published in the Manufacturer s Maintenance Manuals for the system. 7.2. Contractor shall provide and utilize procedures and checklists with worksheet originals indicating work performed and actual values obtained (as applicable) provided to the COR at the completion of the PM. 7.3. PM services shall include, but need not be limited to, the following: 7.3.1. Cleaning of equipment to include filters, gearing, and other parts. 7.3.2. Reviewing operating system software diagnostics to ensure that the system is operating as specified by the manufacturer s specifications. 7.3.3. Calibrating and lubricating the equipment. 7.3.4. Performing remedial maintenance of non-emergent nature. 7.3.5. Performing electrical safety inspection IAW NFPA 99. 8. Parts: 8.1 The Contractor will provide all replacement parts needed to keep the system in operating condition as originally designed by the manufacturer. 8.2 Parts may be repaired or replaced, as the contractor deems appropriate. No used parts will be used to repair this equipment. 8.3 Parts shall be shipped for arrival the next day by 1030 A.M. local time. 9. Service Manuals: 9.1. VA will not provide service manuals of service diagnostic software to the contractor. The contractor shall obtain, have on file, and make available to its FSEs 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. 9.2. The location and listing of the service data manuals, by name, and/or the manuals themselves shall be provided to the Contracting Officer upon request. 10. Documentation/Reports: 10.1. Documentation shall include detailed descriptions of the scheduled and unscheduled maintenance procedures performed, including replaced parts and prices required to maintain the equipment in accordance with manufacturer specifications. Test equipment used for calibration shall be listed on the service report by manufacturer, model number, serial number and date due calibration. 10.2. Any additional charges claimed will be approved by the CO via the COR before service is completed. 11. Reporting Requirements: 11.1. Upon arrival at VA Milwaukee the contractor shall be required to log in with Biomed in room C9 in building 70. This log-in is mandatory as well as wearing the contractor badge issued upon log-in. Contractor s FSE(s) shall always wear visible identification while on the premises of the VA. Identification shall include, at a minimum, the employee s name, position, and the contractor s trade name. In addition, the contractor shall submit fingerprints through the VA police for issuance of a VA identification badge that shall be worn at all times while working at a VA facility. 11.2. When service is completed, the FSE shall document services rendered on a legible ESR(s) and submit them to the BESS who set up the service. The ESR can be submitted when logging out with Biomed, via an internet web site or e-mail. ESRs should be submitted not later than 5 business days after service is complete. Preferred method of delivery is via email to VHAMIWBIOMEDSTAFF@med.va.gov 11.3. In those cases when the Biomed office is closed, contractor personnel will log in and/or out via the VA police and after-hours service shall be prearranged with the BESS. 12. Services Beyond the Contract Scope: 12.1. Contractor shall immediately, but not later than 24 consecutive hours after discovery, notify the CO and COR, (in writing), of the existence of the development of any defects in, or repairs required to, the scheduled equipment which the contractor considers he/she is not responsible for under the terms of the contract. 12.2. Contactor shall furnish the COR with a written estimate of the cost to make necessary repairs. 13. Condition of Equipment: 13.1. The contractor accepts responsibility for the equipment described in as is condition. 13.2. Failure to inspect the equipment prior to contract award shall not relieve the contractor of the performance of the requirements of this contract. 14. Test Equipment: 14.1. Test equipment calibration shall be traceable to National Institutes of Standard Technology standards. Each service report shall list test equipment used and date calibration to NIST is due. Test equipment out of calibration shall not be used. 15. Identification, Parking, Smoking, and VA Regulations: 15.1. Contractor s FSE(s) shall always wear visible identification while on the premises of the VA. Identification shall include, at a minimum, the employee s name, position, and the contractor s trade name. 15.2. It is the responsibility of the contractor to park in the appropriate designated parking areas. Information on parking is available from VA Police Service. VA will not invalidate or make reimbursement for parking violations of the contractor under any conditions. 15.3. Smoking is prohibited inside all VA buildings. 15.4. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. 15.5. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state or municipal court. 16. Contractor Qualifications: 16.2. Fully qualified is based upon training and experience in the field. For training, the FSE(s) has successfully completed a formalized training program for the equipment identified in this solicitation as required by the Original Equipment Manufacturer (OEM) and equal to what the manufacturer provides their own field service personnel. 16.3. Contractors must provide, upon request, evidence of appropriate training of any FSE(s) providing services under terms of the contract. Subcontracting of any ensuing award of this solicitation will not be allowed without written permission of the Contracting Officer. 16.4. Contractors must have access to all OEM proprietary information due to the critical nature of these services. Examples of this information would be software updates and factory service bulletins that describe updates/modifications needed to make the equipment under this contract safe for use.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/b1fefad2c43f4a89a0c9f6fd2024645e/view)
- Record
- SN07622728-F 20251022/251020230035 (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 |