J065--GE Radiology and Nuclear Medicine Preventative Maintenance

expired opportunity(Expired)
From: Federal Government(Federal)
36C24922Q0547

Basic Details

started - 28 Jul, 2022 (21 months ago)

Start Date

28 Jul, 2022 (21 months ago)
due - 26 Sep, 2022 (19 months ago)

Due Date

26 Sep, 2022 (19 months ago)
Bid Notification

Type

Bid Notification
36C24922Q0547

Identifier

36C24922Q0547
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (102973)VETERANS AFFAIRS, DEPARTMENT OF (102973)249-NETWORK CONTRACT OFFICE 9 (36C249) (2434)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Intent to Sole Source- General Electric Company The Department of Veterans Affairs intends to issue sole-source firm-fixed priced contract to General Electric Company 3000 N Grandview Blvd W-443, Waukesha, WI 53188. A sole source procurement will be issued to General Electric Company because they are the only vendor capable of fully performing the service for the below equipment. Due to the specialized nature of the work, it must be conducted by original equipment manufacturer technicians with a high level of training and qualifications. The software updates and remote monitoring are available only through General Electric Company directly, as the author/owner of these codes. This procurement is being conducted in accordance with FAR Part 6.302-1 Only One Responsible Source and No Other Supplies or Services will satisfy agency requirements. The NAICS code is 334517 and has a size standard of 1,000 employees for this procurement. Period of Performance: 10/01/2022-09/30/2023 STATEMENT
OF WORK GE Medical Imaging VA797H-17-D-0024 TVHS, VA Nashville, VA Murfreesboro, Chattanooga OPC, Clarksville OPC INTRODUCTION AND SCOPE OF WORK: The Contractor shall provide service to ensure the GE Radiology and Nuclear Medicine Systems including glassware and accessories are operable and available for use 97 percent of the normal operating hours during the fiscal year period of October 1 through September 30, as specified herein. Contract service shall ensure that the equipment functions in conformance with the latest published edition of NFPA-99 and is maintained in accordance with the manufacturer's standards/specifications. EXCLUDED SERVICES: Contractor shall not be obligated to provide services under this agreement for damage to or destruction of equipment/instrument(s) covered where such damage or destruction is (1) a result of fire or explosion of any origin, riot, civil commotion (2) natural disasters such as lightning, windstorms, hail, flood, earthquake, etc., (3) caused by VA misuse or abuse of instrument, (4) decontamination due to spillage, (5) interpretation of data, (6) installation of unauthorized field modifications, (7) accessories not listed or included in this agreement. Period of Performance: 10/1/2022 to 9/30/2023 REQUIREMENTS: EQUIPMENT IDENTIFICATION: See Appendix A. for equipment list. SCHEDULED MAINTENANCE: The vendor shall perform PM service to ensure that equipment listed in the schedule performs in accordance with the manufacturer s standards/specifications semi-annually in March and September. OPERATIONAL UPTIME REQUIREMENTS: The equipment shall be operable and available for use 95% of the normal operating hours of the equipment as detailed in paragraph V., HOURS OF COVERAGE. Downtime will be computed from notification of problem during normal work hours. Scheduled maintenance will be excluded from downtime. (Normal work hours are 8:00M: 5:00PM, Monday through Friday, excluding national holidays). Operational Up-time will be computed during a month-long time period. Repeated failure to meet this requirement can subject the contractor to DEFAULT action. HOURS OF COVERAGE: Normal hours of coverage are Monday through Friday from 8:00AM to 5:00PM, excluding holidays. All service/repairs will be performed during normal hours of coverage unless requested or approved by the COR or his designee. Work performed outside the normal hours of coverage at the request of the COR will be billed at the price listed in this contract. Billing will include service time plus one (1) hour for travel time, and exclude parts, as they are included in Section B, [item 1]. Work performed outside the normal hours of coverage at the request of FSE will be considered service during normal hours of coverage. NOTE: Hardware/software update/upgrade installations will be scheduled and performed outside normal hours of coverage at no additional charge to the Government (unless it would be detrimental to equipment up-time; to be determined by the COR). Federal Holidays observed by the VAMC are: New Years' Day, Labor Day, Martin Luther King Day, Columbus Day, Presidents' Day, Veterans' Day, Memorial Day, Juneteenth Thanksgiving Day, Independence Day, Christmas Day UNSCHEDULED MAINTENANCE (Emergency Repair Service) Biomedical Engineering shall make first-call response to equipment problems with the GE C-Arms and determine if the Contractor needs to be called in to repair the unit after the warranty expires. Contractor shall maintain the equipment in accordance with paragraph 3, References. The Contractor will provide repair service which may consist of calibration, cleaning, oiling, adjusting, replacing parts, and maintaining the equipment, including all intervening calls necessary between regular services and calibrations. All required parts shall be furnished, with the exception of operating supplies such as paper, disks, etc. The CO, COR or designated alternate has the authority to approve/request a service call from the Contractor. Response Time: Contractor's FSE must respond with a phone call to the COR or his/her designee within two (2) hours after receipt of telephoned notification 24 (twenty-four) hours per day. If the problem cannot be corrected by phone, the FSE will commence work (on-site physical response) within 2 (two) hours after receipt of this second notification and will proceed progressively to completion without undue delay. For example, if hours of coverage are 8:00 am to 9:00 pm, a 2-hour response means, if a call is placed at 8:45 pm, Monday, the FSE must start on-site service before 9:45 am, Tuesday, except when outside hours of coverage is authorized by the COR. Contractor will provide 24 hour a day, 7 day per week remote diagnostic service. PARTS The Contractor shall furnish and replace parts to meet up-time requirements. The Contractor has ready access to unique and/or high mortality replacement parts. All parts supplied shall be compatible with existing equipment. The contract shall include all parts except for operating supplies and glassware including x-ray tubes. The Contractor shall use new or rebuilt parts. REPORTING REQUIRED SERVICES BEYOND THE CONTRACT SCOPE: The Contractor shall immediately, but no later than 24 (twenty- four) consecutive hours after discovery, notify the CO and COR (in writing) of the existence or 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. The Contractor shall furnish the CO and COR with a written estimate of the cost to make necessary repairs. CONDITION OF EQUIPMENT: The Contractor accepts responsibility for the equipment described in paragraph 2, in "as is" condition. Failure to inspect the equipment prior to contract award will not relieve the Contractor from performance of the requirements of this contract. COMPETENCY OF PERSONNEL SERVICING EQUIPMENT: Each respondent must have an established business, with an office and full time staff. The staff includes a "fully qualified" FSE and a "fully qualified" FSE who will serve as the backup. "Fully Qualified" is based upon training and on experience in the field. For training, the FSE(s) has successfully completed a formalized training program, for the equipment identified in the Section B schedule. For field experience, the FSE(s) has a minimum of two years of experience, with respect to scheduled and unscheduled preventive and remedial maintenance, on GE C-arms. The FSEs shall be authorized by the Contractor to perform the maintenance services. All work shall be performed by "Fully Qualified" competent FSEs. The Contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSEs for each make and model the Contractor services at the VAMC. The CO may authenticate the training requirements, request training certificates or credentials from the Contractor at any time for any personnel who are servicing or installing any VAMC equipment. The CO and/or COR specifically reserves the right to reject any of the Contractor's personnel and refuse them permission to work on the VAMC equipment. If subcontractor(s) are used, they must be approved by the CO; the Contractor shall submit any proposed change in subcontractor(s) to the CO for approval/disapproval. TEST EQUIPMENT: Prior to commencement of work on this contract, the Contractor shall provide the VAMC with a copy of the current calibration certification of all test equipment that is to be used by the Contractor on VAMC's equipment. This certification shall also be provided on a periodic basis when requested by the VAMC. Test equipment calibration shall be traceable to a national standard. SERVICE MANUALS: The VAMC shall not provide service manuals or service diagnostic software to the contractor. The contractor shall obtain, have on file, and make available to all FSE s 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. The location and listing of the service data manuals, by name and/or the manuals themselves shall be provided to the CO upon request. REFERENCES: Contract service shall ensure that the equipment functions in conformance with the latest published edition of NFPA-99. The above equipment shall be maintained in accordance with the manufacturer's standards/specifications. Preventive Maintenance inspection/repair procedures shall be in accordance with the manufacturer's specifications and schedule for PM's. DELIVERY: HOURS OF COVERAGE Normal hours of coverage are Monday through Friday from 8:00AM to 5:00PM, excluding holidays. All service/repairs will be performed during normal hours of coverage unless requested or approved by the COR or is designee. Preventive maintenance will be performed by the contractor semiannually in March and September. Work performed outside the normal hours of coverage at the request of the COR will be billed at the price listed in this contract. Billing will include service time plus one (1) hour for travel time, and exclude parts, as they are included. Work performed outside the normal hours of coverage at the request of FSE will be considered service during normal hours of coverage. NOTE: Hardware/software update/upgrade installations will be scheduled and performed outside normal hours of coverage at no additional charge to the Government (unless it would be detrimental to equipment up-time; to be determined by the COR). REPORTING REQUIREMENTS: The Contractor shall be required to report to Biomedical Engineering to log in. This check in is mandatory. When the service is completed, the FSE shall document services rendered on a legible ESR(s). The FSE shall be required to log out with Biomedical Engineering and submit the ESR(s) to the COR. ALL ESRs shall be submitted to the equipment user for an "acceptance signature" and to the COR for an "authorization signature". If the COR is unavailable, a signed copy of the ESR will be sent to the COR after the work is performed. VA Biomedical Contact Person(s): Elizabeth Byers Location: Building 5, Room G27, Murfreesboro Campus Telephone: (615) 225-2880 Cell phone: (615) 456-9810 Contractor -- Provide telephone number(s) to call for your Service Department: Provide name(s) of authorized contact person(s): PROGRESS AND COMPLIANCE: OPERATIONAL UPTIME REQUIREMENTS: The GE C-arms shall be operable and available for use 95% of the normal operating hours of the equipment as detailed in paragraph V., HOURS OF COVERAGE. Downtime will be computed from notification of problem during normal work hours. Scheduled maintenance will be excluded from downtime. (Normal work hours are 8:00M: 5:00PM, Monday through Friday, excluding national holidays). Operational Up-time will be computed during a month-long time period. Repeated failure to meet this requirement can subject the contractor to DEFAULT action. DOCUMENTATION: REPORTS: The documentation will include detailed descriptions of the scheduled and unscheduled maintenance procedures performed (i.e., Emergency repairs), including replaced parts and prices (for outside normal working hour services) required to maintain the equipment in accordance with the manufacturer s specifications. Such documentation shall meet the guidelines as set forth in paragraph 3, References. In addition, each ESR must, at a minimum, document the following data legibly and in complete detail: Name of contractor. Name of FSE who performed services. Contractor service ESR number/log number. Date, time (starting & ending), downtime, and hours on-site for the service call. VA purchase order numbers(s) covering the call if outside normal working hours. Description of problem reported by COR (If applicable). Identification of the equipment to be serviced.: VA ID#, Manufacturer s name, Device name, Model number, SERIAL#, Any other manufacturer s identification numbers Itemized Description of Service Performed (including Costs associated with after normal working hour services) including: Labor and Travel, Parts (with part numbers), Materials and Circuit Location of problem/corrective action. Total Cost to be billed (If Applicable --i.e., part(s) not covered or service rendered after normal hours of coverage). Signatures: FSE performing services described. VA Employee who witnessed service described. PAYMENT: Invoices will be paid in arrears on a quarterly basis upon receipt of service reports. NOTES AND OTHER INFORMATION: ADDITIONAL CHARGES: Any additional charges claimed must be approved by the COR before the service is completed! There will be no additional charge for time spent at the site (during, or after the normal hours of coverage) awaiting the arrival of additional FSE and/or delivery of parts. Security Issues: There are no known security issues associated with this Statement of Work. DEFINITIONS/ACRONYMS: Biomedical Engineering: Supervisor or designee. CO: Contracting Officer COR: Contracting Officer's Technical Representative 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. FSE: Field Service Engineer. A person who is authorized by the contractor to perform maintenance (corrective and/or preventive) services on the VAMC premises. ESR: Vendor Engineering Service Report. A documentation of the services rendered for each incidence of work performance under the terms and conditions of the contract. Acceptance Signature: VA employee who indicates FSE demonstrated service conclusion/status and User has accepted work as complete/pending as stated in ESR Authorization Signature: COR's signature; indicates COR accepts work status as stated in ESR. NFPA: National Fire Protection Association. CDRH: Center for Devices and Radiological Health. VAMC: Department of Veterans Affairs Medical Center VAH: Department of Veterans Affairs Hospital Contractors are responsible for finding their own parking. Currently, contractors cannot park at the VAMC Nashville VA. Contractors may park temporarily to drop off tools and supplies only. Contractors required to obtain Temporary ID Badge from Engineering Service, Murfreesboro Bldg. 6, Room 268, or Nashville Room D73 while on VA property, if not escorted during entire visit by an Engineering Service employee. APPENDIX A EQUIPMENT LIST Item Description Serial # VA EE# Location GE Site ID# 1 GE MR AIRSYS Ellis Chiller    615VAMCH 2 GE MRI Signa Excite 1.5T HD 8CH R7715 108772 G09G-0120-MU 615VAM In accordance with SOW, full-service contract including GE supplied coils, iLinq diagnostic, iLinq response 30 mins, InSite OnWatch, spectroscopy, VPN connection; excluding large display monitor, peripherals, and printers; from 8AM - 9PM Monday - Friday, FE response time - 2 hours. 3 GE Optima MR450W 1.5T PW150500E 140874 D19A-1-NA 615329VAN In accordance with SOW, full-service contract including GE supplied Coils, GEM Suite including patient table, iLinq response 5 mins, InSite On Watch, Intellitouch coverage, spectroscopy, excluding peripherals and printers; from 8am - 9pm Monday - Friday, FE response time - 2 hours.. 4 GE CT Scanner Revolution EVO CJRBX1800025CN 149175 D53-1-NA 615327HD In accordance with SOW, full-service contract including tube coverage up to 3000 patients/yr, pin source coverage, iLinq diagnostic, iLinq response 30 mins, InSite OnWatch; excluding peripherals, printers and UPS; from 8AM - 9PM Mon-Fri; update. 5 GE CT Scanner Revolution EVO CJRBX2000094CN 171663 L107-CHAT-CH 423893REVEVO3 In accordance with SOW, full-service contract including assurepoint rapid coverage, tube coverage up to 3000 patients, iLinq response 5 mins, excluding mobile, peripherals, printers, UPS and workstation; from 8AM -9PM Mon-Fri. Special handling fee - no charge for hard down. Includes: Battery replacement coverage, from 8AM - 9PM Mon-Fri, on-site response 6 hrs. PM coverage, repair parts. 6 GE CT Scan Discovery CT750 HD HDDGV1700033CN 144836 D53-1-NA 615327CT In accordance with SOW, full-service contract including Assurepoint Rapid coverage, tube coverage up to 3000 patients, iLinq response 5 mins, excluding mobile, peripherals, printers, UPS and workstation; from 8AM -9PM Mon-Fri. Special handling fee - no charge for hard down. 7 GE Optima CT660 64 Slice CL2GT1600022HM 136837 G36F-0001-MU 615867VACT In accordance with SOW, full-service contract including tube coverage, iLinq diagnostic, iLinq response 30 mins; excluding mobile, peripherals, printers, UPS and workstation; from 8AM - 9PM Mon-Fri. 8 GE PET CT Scanner Discovery MI CJJRPX200073CN 165545 D40A-1-NA 615327PET In accordance with SOW, full-service contract including assurepoint rapid coverage, system and tube coverage up to 3000 patients, DQA imaging phantom, iLinq response 5 mins; excluding continuity, peripherals, printers, UPS and workstation; from 8AM - 9PM Mon-Fri. Special handling fee - no charge for hard down. Includes: Battery replacement coverage, from 8AM - 9PM Mon-Fri, on-site response 6 hrs. PM coverage, repair parts. 9 GE XR FlashPad - Digital Wireless Detector XRA614    901232OP646FP2 10 GE XR FlashPad - Digital Wireless Detector XRA614    901232OP646FP1 11 GE XR646 2D Digital X-ray System 11744 146640 LB113B-CLK-CK 901232OP646  In accordance with SOW, full-service contract including table, tube coverage, iLinq response 30 mins, InSite OnWatch. Wireless detector includes battery replacement, grid replacement, unlimited replacement for normal wear and tear, software and quality updates, customer pays $5000 per accidental drop. Excluding peripherals, printers and UPS; from 8AM - 9PM Mon-Fri. 12 GE XR FlashPad Digital Wireless Detector XRA614    615867XRFP1 13 GE XR FlashPad Digital Wireless Detector XRA614    615867XRFP2 14 GE Digital X-ray System Optima XR656 2D DX1SS1800457HL 156376 G17-0120-MU MUR-DR-156376 In accordance with SOW, full-service contract including table, tube coverage, iLinq response 30 mins, InSite OnWatch. Wireless detector includes battery replacement, grid replacement, unlimited replacement for normal wear and tear, software and quality updates, customer pays $5000 per accidental drop. Excluding peripherals, printers and UPS; from 8AM - 9PM Mon-Fri. 15 GE XR FlashPad Digital Wireless Detector XRA614    615867656FP 16 GE Digital X-ray System Optima XR656 PLUS 1D DX1SS1900120HL 157818 G15-0120-MU MUR-DR-157820 In accordance with SOW, full-service contract including table, tube coverage, iLinq response 30 mins, InSite OnWatch. Wireless detector includes battery replacement, grid replacement, unlimited replacement for normal wear and tear, software and quality updates, customer pays $5000 per accidental drop. Excluding peripherals, printers and UPS; from 8AM - 9PM Mon-Fri. 17 GE C-ARM 9900 Elite E2-1041 98552 A25V-1-NA OECE21041 In accordance with SOW, full-service contract including PM coverage, battery replacement coverage, DICOM gateway, digital ACQ SYS, printers; tube coverage, and image intensifier 12 inch; excluding MTS/Cardiac, and VCR; from 8AM - 5PM Mon-Fri. 18 GE C-ARM 9900 Elite ES-3547 133961 138-0117-MU AM13BKW634 In accordance with SOW, full-service contract including PM coverage, battery replacement coverage, DICOM gateway, digital ACQ SYS, printers; tube coverage, and image intensifier 12 inch; excluding MTS/Cardiac, and VCR; from 8AM - 5PM Mon-Fri. 19 GE C-ARM OEC Elite CFD FBMHXX00067 155150 A25V-1-NA FBMHXX00067 In accordance with SOW, full-maintenance including battery replacement, detector, DICOM gateway, digital ACQ SYS, printers; tube coverage, and image intensifier 12 inch; in-house PM and first-call; excluding MTS/Cardiac, and VCR; from 8AM - 5PM Mon-Fri. 20 GE C-ARM OEC Elite CFD FAHXXX00196 156547 D54-1-NA FAHXXX00196 In accordance with SOW, full-maintenance including battery replacement, detector, DICOM gateway, digital ACQ SYS, printers; tube coverage, and image intensifier 12 inch; in-house PM and first-call; excluding MTS/Cardiac, and VCR; from 8AM - 5PM Mon-Fri. 21 GE C-ARM OEC Elite CFD FAXXXE00336 156225 A25V-1-NA FAXXXE00336 In accordance with SOW, full-maintenance including battery replacement, detector, DICOM gateway, digital ACQ SYS, printers; tube coverage, and image intensifier 12 inch; in-house PM and first-call; excluding MTS/Cardiac, and VCR; from 8AM - 5PM Mon-Fri. 22 GE C-ARM OEC Elite CFD FBXXXE00205 150330 A25V-1-NA FBXXXE00205 In accordance with SOW, full-maintenance including battery replacement, detector, DICOM gateway, digital ACQ SYS, printers; tube coverage, and image intensifier 12 inch; in-house PM and first-call; excluding MTS/Cardiac, and VCR; from 8AM - 5PM Mon-Fri. 23 GE C-ARM OEC Elite CFD FBXXXE00213 150331 A25V-1-NA FBXXXE00213 In accordance with SOW, full-maintenance including battery replacement, detector, DICOM gateway, digital ACQ SYS, printers; tube coverage, and image intensifier 12 inch; in-house PM and first-call; excluding MTS/Cardiac, and VCR; from 8AM - 5PM Mon-Fri. 24 GE C-ARM OEC Elite CFD FBXXXE00215 150399 A25V-1-NA FBXXXE00215 In accordance with SOW, full-maintenance including battery replacement, detector, DICOM gateway, digital ACQ SYS, printers; tube coverage, and image intensifier 12 inch; in-house PM and first-call; excluding MTS/Cardiac, and VCR; from 8AM - 5PM Mon-Fri. 25 GE Discovery NM 530C UFCX5514 151926 A25T-1-NA 615327NM4 In accordance with SOW, full-service contract including acquisition processor, crystal coverage, CZT detector, iLinq response 30 mins, table; excluding peripherals, UPS, VCR; Xeleris floating license, Xeleris suite; from 8AM - 5PM Mon-Fri. Includes: Battery replacement coverage, from 8AM - 9PM Mon-Fri, on-site response 6 hrs. PM coverage, repair parts. 26 GE Discovery NM 530C UFCY20022 154863 G37C-0001-MU 615893NM3 In accordance with SOW, full-service contract including acquisition processor, crystal coverage, CZT detector, iLinq response 30 mins, table; excluding peripherals, UPS, VCR; Xeleris floating license, Xeleris suite; from 8AM - 5PM Mon-Fri. Includes: Battery replacement coverage, from 8AM - 9PM Mon-Fri, on-site response 6 hrs. PM coverage, repair parts. 27 Xeleris Workstation CZC6459Q71 154723 G37-0001-MU 615893XL3 28 GE Nuclear Camera Discovery NM 630 63GX50016 151168 A25T-1-NA 615873NM In accordance with SOW, full-service contract including acquisition processor, crystal coverage, CZT detector, iLinq response 30 mins, table; excluding peripherals, UPS, VCR; Xeleris floating license, Xeleris suite; from 8AM - 5PM Mon-Fri. Includes: Battery replacement coverage, from 8AM - 9PM Mon-Fri, on-site response 6 hrs. PM coverage, repair parts. 29 GE Infinia Hawkeye 4 17496 94638 G37B-0001-MU 615893NM1 In accordance with SOW, full-service contract including acquisition station, crystal coverage, Hawkeye w/tube, iLinq response 30 mins, table; excluding multi-format camera, peripherals, UPS, VCR and Xeleris floating license; from 8AM - 5PM Mon-Fri. 30 GE Optima NM/CT 640 SAN00600 132799 A25T-1-NA 615327VANM2 In accordance with SOW, full-service contract including acquisition station, crystal coverage, tube coverage, iLinq Diagnostic, iLinq response 5 mins, table; excluding multi-format camera, peripherals, UPS, VCR; Xeleris floating license, Xeleris Suite; from 8AM - 5PM Mon-Fri. Includes: Battery replacement coverage, from 8AM - 9PM Mon-Fri, on-site response 6 hrs. PM coverage, repair parts. 31 GE Optima NM/CT 640 25188 133327 G37D-0001-MU 615893NM2 Includes: Battery replacement coverage, from 8 AM - 9PM Mon-Fri, on-site response 6 hrs. PM coverage, repair parts. In accordance with SOW, full-service contract including acquisition station, crystal coverage, tube coverage, iLinq diagnostic, iLinq response 5 mins, table; excluding multi-format camera, peripherals, UPS, VCR; Xeleris floating license, Xeleris suite; from 8AM - 5PM Mon-Fri. 32 Xeleris Workstation CZC4361Y2Z 133341 G37-0001-MU 615893XL1 33 Xeleris Workstation CZC6459QBM 149593 G39I-0001-MU 615893XL2 34 Xeleris Workstation CZC4361KBD 132997 D40-1-NA 615327XL3 35 Xeleris Workstation CZC4361K9S 132998 A25T-1-NA 615327XL4 36 Xeleris Workstation CZC71077FN 151927 A25T-1-NA 615327XL6 37 Xeleris Workstation CZC71077DL 151169 A25T-1-NA 615873NMXEL 38 Xeleris Workstation CZC7107B35 132996 A25J-1-NA 615327XL2 39 GE Ultrasound Logiq E 149147US1 136181 M111-CLK-CK LE149147 In accordance with SOW, full-service contract including DVD, DVR, 1-2 general/specialty probes, pedof probe, printers, VCR; unlimited accidental damage probe replacement, priority parts delivery; from 8AM - 9PM Mon-Fri. Coverage includes unlimited probe replacement and annual preventive maintenance through warranty expiration; upon warranty expiration full coverage goes into effect. 40 GE Ultrasound Logiq E9 203342US6 144910 G34-0001-MU LE9203342US6 41 GE Ultrasound Logiq E9 203323US6 144911 G18-0001-MU LE9203323US6 42 GE Ultrasound Logiq E9 203394US6 144902 A25-1-NA LE9203394US6 43 GE Ultrasound Logiq E9 203334US6 144913 A25K-1-NA LE9203334US6 44 GE Ultrasound Logiq E9 203773US6 146393 A25M-1-NA LE9203773US6 45 GE Ultrasound Logiq E9 204822US6 149519 G14-0120-MU LE9204822US6 46 GE Ultrasound Logiq E 300376US7 149581 C07G-1-NA LE300376 In accordance with SOW, full-service contract including DVD, DVR, 1-2 general/specialty probes, pedof probe, printers, VCR; unlimited accidental damage probe replacement, priority parts delivery; from 8AM - 9PM Mon-Fri. Coverage includes unlimited probe replacement and annual preventive maintenance through warranty expiration; upon warranty expiration full coverage goes into effect. 47 48 GE Ultrasound Logiq E10 530237US8 171897 L108-CHAT-CH 530237US8 In accordance with SOW, full-service contract including DVD, DVR, 3-4 general/specialty probes, pedof probe, printers, VCR; unlimited accidental damage probe replacement, priority parts delivery; from 8AM - 9PM Mon-Fri. Coverage includes unlimited probe replacement and annual preventive maintenance through warranty expiration, May 23, 2023; upon warranty expiration, full coverage goes into effect. 49 50 GE Ultrasound Logiq E10 530240US8 171898 L110-CHAT-CH 530240US8 In accordance with SOW, full-service contract including DVD, DVR, 3-4 general/specialty probes, pedof probe, printers, VCR; unlimited accidental damage probe replacement, priority parts delivery; from 8AM - 9PM Mon-Fri. Coverage includes unlimited probe replacement and annual preventive maintenance through warranty expiration, May 23, 2023; upon warranty expiration, full coverage goes into effect. 51 GE Ultrasound Logiq E10 LE10500154US8 161729 A25V-1-NA LE10500154US8 In accordance with SOW, full-service contract including DVD, DVR, 3-4 general/specialty probes, pedof probe, printers, VCR; unlimited accidental damage probe replacement, priority parts delivery; from 8AM - 9PM Mon-Fri. 52 GE Ultrasound Logiq E10 LE10500199US8 161730 D59-1-NA LE10500199US8 In accordance with SOW, full-service contract including DVD, DVR, 3-4 general/specialty probes, pedof probe, printers, VCR; unlimited accidental damage probe replacement, priority parts delivery; from 8AM - 9PM Mon-Fri. 53 GE Ultrasound Venue Go VGB002013 164281 G38-1-NA VGB002013 In accordance with SOW, full-service contract including DVD, DVR, 3-4 general/specialty probes, pedof probe, printers, VCR; unlimited accidental damage probe replacement, priority parts delivery; from 8AM - 9PM Mon-Fri. 54 GE Ultrasound Voluson P8 VS8803774 164181 315-CHRL-CL VS8803774 In accordance with SOW, full-service contract including DVD, DVR, 2-99 general/specialty probes, pedof probe, printers, VCR; unlimited accidental damage probe replacement, FE & PM coverage from 8AM - 5PM Mon-Fri. 55 GE Ultrasound Venue Go VGB002730 172456 OR-1-NA VGB002730 In accordance with SOW, full-service contract including DVD, DVR, 3-4 general/specialty probes, pedof probe, printers, VCR; unlimited accidental damage probe replacement, priority parts delivery; from 8AM - 9PM Mon-Fri. 56 GE Ultrasound Venue Go VGB002733 172453 OR-1-NA VGB002733 In accordance with SOW, full-service contract including DVD, DVR, 3-4 general/specialty probes, pedof probe, printers, VCR; unlimited accidental damage probe replacement, priority parts delivery; from 8AM - 9PM Mon-Fri. 57 GE Ultrasound VScan VH264181BZ 172378 OR-1-NA VH264181BZ In accordance with SOW, full-service contract including DVD, DVR, 3-4 general/specialty probes, pedof probe, printers, VCR; unlimited accidental damage probe replacement, priority parts delivery; from 8AM - 9PM Mon-Fri. 58 GE Ultrasound VScan VH2641939V 172377 OR-1-NA VH2641939V In accordance with SOW, full-service contract including DVD, DVR, 3-4 general/specialty probes, pedof probe, printers, VCR; unlimited accidental damage probe replacement, priority parts delivery; from 8AM - 9PM Mon-Fri. 59 GE Ultrasound Voluson P8 281356SU6 132716 132-0106-MU KP8281356 In accordance with SOW, full-service contract including DVD, DVR, 2-99 general/specialty probes, pedof probe, printers, VCR; unlimited accidental damage probe replacement, FE & PM coverage from 8AM - 5PM Mon-Fri. 60 GE Ultrasound Logiq E9 200732 136541 A25-1-NA LE9200732US6 In accordance with SOW, full-service contract including DVD, DVR, 3-4 general/specialty probes, pedof probe, printers, VCR; unlimited accidental damage probe replacement, priority parts delivery; from 8AM - 9PM Mon-Fri. 61 GE Compact Digital Ultrasound Logiq E9 200737US6 136894 D105U-1-NA LE9200737US6 In accordance with SOW, full-service contract including DVD, DVR, 1-2 general/specialty probes, pedof probe, printers, VCR; unlimited accidental damage probe replacement, priority parts delivery; from 8AM - 9PM Mon-Fri. 62 GE Ultrasound Logiq E9 119551 122883 G44-0001-MU LE9119551 In accordance with SOW, full-service contract including DVD, DVR, 3-4 general/specialty probes, pedof probe, printers, VCR; unlimited accidental damage probe replacement, priority parts delivery; from 8AM - 9PM Mon-Fri. 63 GE Compact Digital Ultrasound Logiq S8 21706054 121980 G108D-0004-MU LS8217060 In accordance with SOW, full-service contract including DVD, DVR, 3-4 general/specialty probes, pedof probe, printers, VCR; unlimited accidental damage probe replacement, priority parts delivery; from 8AM - 9PM Mon-Fri. 64 GE Compact Digital Ultrasound Logiq S8 225668SU3 123463 G305G-1-NA LS8225668 In accordance with SOW, full-service contract including DVD, DVR, 3-4 general/specialty probes, pedof probe, printers, VCR; unlimited accidental damage probe replacement, priority parts delivery; from 8AM - 9PM Mon-Fri. 65 GE Ultrasound Logiq S8 262005SU2 129250 G205P-1-NA LS8262005 In accordance with SOW, full-service contract including DVD, DVR, 1-2 general/specialty probes, pedof probe, printers, VCR; unlimited accidental damage probe replacement, priority parts delivery; from 8AM - 9PM Mon-Fri. 66 GE Ultrasound Logiq E 300377US7 149580 G56-1-NA LE300377 In accordance with SOW, full-service contract including DVD, DVR, 1-2 general/specialty probes, pedof probe, printers, VCR; unlimited accidental damage probe replacement, priority parts delivery; from 8AM - 9PM Mon-Fri. Coverage includes unlimited probe replacement and annual preventive maintenance through warranty expiration; upon warranty expiration full coverage goes into effect. 67 GE Ultrasound Logiq P6 200069SU3 116238 A107L-1-NA LP6200069 In accordance with SOW, full-service contract with first call from Biomedical Engineering, including battery replacement coverage, DICOM gateway, digital ACQ SYS, printers; excluding tube coverage, image intensifier, and VCR; from 8AM - 5PM Mon-Fri. 68 GE Compact Digital Ultrasound VIVID I 55547VI 130035 G09N-1-NA VI55547 In accordance with SOW, full-service contract including DVD, DVR, 3-4 general/specialty probes, pedof probe, printers, VCR; unlimited accidental damage probe replacement, priority parts delivery; from 8AM - 9PM Mon-Fri. 69 Eaton Model G14011000 BM164FBB07 149183 D53-1-NA 61532HDUPS Includes: Battery replacement coverage, from 8AM - 9PM Mon-Fri, on-site response 6 hrs. PM coverage, repair parts. 70 Medrad Stellant D-CE 203191 149176 D27D-1-NA 615327MED In accordance with SOW, full-service from 8AM - 5PM Mon-Fri. 71 Powercom UPS Model VGS-2000 10048981810 174660 A25T-1-NA 615327NM6UPS 72 Eaton UPS P205J29V11 174661 A25T-1-NA 615873NMUPS 73 GE Powerware 14.4kva UPS BP313JBA03 174662 D40A-1-NA 615327PETUPS 74 GE Powerware 10kva UPS BP202FBB02 171665 L107-CHAT-CH 423893UPS10 75 Medrad Stellant Flex 100830 171666 L107-CHAT-CH 423893REVEVO3 In accordance with SOW, full-service from 8AM - 5PM Mon-Fri. 76 Chiller 20 Ton Dimplex MV WO2-5000 Chiller W032168   615329VAMR2CH 77 Eaton UPS G205H20220 174659 G37D-0001-MU 615893NM2UPS 78 Eaton UPS Model 9PX6K G205E38130 174658 A25T-1-NA 615327VANM2UPS 79 Eaton UPS BK193FBB09 172906 G36D-0001-MU 615327OPTIMAUPS Includes: Battery replacement coverage, from 8 AM - 9PM Mon-Fri, on-site response 6 hrs. PM coverage, repair parts. 80 Eaton Powerware MV 14.4K UPS BM091JBA15 149186 D53-1-NA 615327CTUPS Assurepoint standard coverage. Includes: battery replacement coverage, from 8AM - 5PM Mon-Fri, on-site response 6 hrs. PM coverage, repair parts. 81 Medrad Provis V 200778 123194 G09F-1-NA MD200778 In accordance with SOW, full-service from 8AM - 5PM Mon-Fri. 82 Medrad Provis V 200759 123195 G09F-1-NA MD200759 In accordance with SOW, full-service from 8AM - 5PM Mon-Fri. 83 Medrad Stellant D 200756 137433 G36F-0001-MU MD200756 In accordance with SOW, full-service from 8AM - 5PM Mon-Fri. 84 Medrad Stellant D-CE 202383 149184 D19A-1-NA 615327INJ In accordance with SOW, full-service from 8AM - 5PM Mon-Fri. 85 Medrad Spectris Solaris EP 46022 108778 G01-0120-MU MD46022 In accordance with SOW, full-service from 8AM - 5PM Mon-Fri. 86 Medrad Spectris Solaris 200580 135670 D19A-1-NA 615329VAMR2INJ In accordance with SOW, full-service from 8AM - 5PM Mon-Fri. 87 GE AW Workstation MXL03022Q4 172331 L107-CHAT-CH 423893AW 88 GE AWS Server USE3193HTY 128858 D03-1-NA 615327AWS2 In accordance with SOW, full-service contract including slice configuration 16,000-160,000, iLinq response 30 mins, InSite tech phone support; software and quality updates; from 8AM - 5PM Mon-Fri. 89 GE Ultrasound Venue Fit VFC000542 175372 A101B-1-NA VFC000542 In accordance with SOW, full-service contract including general/specialty probes, up to 2 accidental damage replacement probes per year; from 8AM - 9PM Mon-Fri. 90 GE Ultrasound Venue Fit VFC000543 175374 105-MEHARRY VFC000543 In accordance with SOW, full-service contract including general/specialty probes, up to 2 accidental damage replacement probes per year; from 8AM - 9PM Mon-Fri. 91 GE Ultrasound Venue Fit VFC000544 175373 G100-CLK-CK VFC000544 In accordance with SOW, full-service contract including general/specialty probes, up to 2 accidental damage replacement probes per year; from 8AM - 9PM Mon-Fri. 92 GE Ultrasound Venue Fit VFC000545 175375 B318-1-NA VFC000545 In accordance with SOW, full-service contract including general/specialty probes, up to 2 accidental damage replacement probes per year; from 8AM - 9PM Mon-Fri. 93 GE Ultrasound Venue Fit VFC000548 175371 135B-0003-MU VFC000548 In accordance with SOW, full-service contract including general/specialty probes, up to 2 accidental damage replacement probes per year; from 8AM - 9PM Mon-Fri. 94 GE Ultrasound Venue Fit VGC004003 175565 OR-1-NA VGC004003 In accordance with SOW, full-service contract including general/specialty probes, up to 2 accidental damage replacement probes per year; from 8AM - 9PM Mon-Fri. 95 GE Ultrasound Venue Fit VGC004007 175562 OR-1-NA VGC004007  In accordance with SOW, full-service contract including general/specialty probes, up to 2 accidental damage replacement probes per year; from 8AM - 9PM Mon-Fri. 96 GE MRI Magnet Maintenance and Cryogen n/a n/a G09G-0120-MU 615VAMC  In accordance with SOW, full-service contract magnet maintenance & cryogens, including next day magnet repair parts and shipping from 8AM - 9PM Monday - Friday. 97 GE MRI Magnet Maintenance and Cryogen n/a n/a D19A-1-NA 615329VANC  In accordance with SOW, full-service contract magnet maintenance & cryogens, including next day magnet repair parts and shipping from 8AM - 9PM Monday - Friday. Other important considerations: Cite any other information that is necessary for potential respondents to understand the nature of the potential requirement or proposed acquisition. Capability statement /information sought: Response to this announcement shall not to exceed 10 pages and should include the following information: (1) A tailored capability statement indicating the firm s ability to provide a product and related services; (2) The respondents DUNS number, organization name, address, point of contact, and size and type of business (e.g., SDVOSB/VOSB, etc,) pursuant to the applicable NAICS code; (3) Information should be provided electronically in a Microsoft Word or Adobe PDF format. This notice of intent is not a request for competitive quotes. However, interested parties may identify their interest and capability to respond to the requirement and submit quotations with the subject line "Special Notice # 36C24922Q0547 by 08:00 a.m. CST on 08/11/2022 to: Christina.Lawrence2@va.gov. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses received to this notice is solely within the discretion of the Government. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).

VISN 9 CONSOLIDATED ACQUISITION 3400 LEBANON ROAD  MURFREESBORO , TN 37129  USALocation

Place Of Performance : VISN 9 CONSOLIDATED ACQUISITION 3400 LEBANON ROAD MURFREESBORO , TN 37129 USA

Country : United StatesState : Tennessee

You may also like

J065--RFI: Bayer Injectors Preventative Maintenance Service

Due: 22 Apr, 2024 (in 2 days)Agency: VETERANS AFFAIRS, DEPARTMENT OF

NUCLEAR MEDICINE RADIOPHARMACEUTICALS

Due: 17 Dec, 2028 (in about 4 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

PHILIPS NUCLEAR MEDICINE MAINTENANCE SERVICES FOR EXISTING EQUIPMENT

Due: 30 Sep, 2025 (in 17 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 334517Irradiation Apparatus Manufacturing
pscCode J065Maintenance, Repair and Rebuilding of Equipment: Medical, Dental, and Veterinary Equipment and Supplies