J065--Philips Diagnostic Service Contract

expired opportunity(Expired)
From: Federal Government(Federal)
36C24222Q1236

Basic Details

started - 13 Sep, 2022 (19 months ago)

Start Date

13 Sep, 2022 (19 months ago)
due - 12 Nov, 2022 (17 months ago)

Due Date

12 Nov, 2022 (17 months ago)
Bid Notification

Type

Bid Notification
36C24222Q1236

Identifier

36C24222Q1236
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103176)VETERANS AFFAIRS, DEPARTMENT OF (103176)242-NETWORK CONTRACT OFFICE 02 (36C242) (5218)

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.

Notice of Intent to Sole Source The Department of Veterans Affairs, Network Contracting Office 2 (NCO 2), James J. Peters VA Medical Center Bronx, New York intends to award a sole source contact under the authority of 41 U.S.C. 253 (c)(1) (FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements), to PHILIPS HEALTHCARE, A DIVISION OF PENAC 22100 BOTHELL EVERETT HWY BOTHELL, WA 98021. This action will result in a Firm-Fixed Price contract with a period of performance of base plus 4 option years available. This notice of intent is not a request for competitive quotations. There will be no solicitation available for competitive quotes. However, all responsible sources may submit a capability statement, which shall be considered by the agency. Responses to this notice will be used by the Government to make appropriate acquisition decisions. Respondents should reference 36C24222Q1236 Notice of Intent in the Subject line. The point of
contact for this requirement is Janice Brooks Campbell, Janice.Brooks@va.gov. Responses to this notice shall include company/individual name, a service capability statement, including examples of similar facilities for which services have been provided, DUNS number, address, point of contact and socio-economic category (i.e. SDVOSB, VOSB, 8(a), HUBZone, WOSB, EDWOSB, Small Business, Large Business). Determination not to compete this proposed contract upon responses to this notice is solely within the discretion of the Government. Telephone inquiries will not be accepted. If no viable responses have been received by the closing date of 9/20/2022 at 12:00PM E.T., the Government shall negotiate solely with PHILIPS HEALTHCARE, A DIVISION OF PENAC. STATEMENT OF WORK FOR SERVICE AND SUPPORT OF PHILIPS RADIOLOGY EQUIPMENT BACKGROUND VA New Jersey Healthcare System (VANJHCS) has multiple devices in the Radiology department utilized in patient treatment and diagnosis. Service and support for radiology equipment is currently covered by a service contract expiring on September 30, 2022, and it is critical that the equipment is maintained for ongoing quality assurance, software package modifications including upgrades, patches for software remediation (if needed), telephone technical support, onsite repairs and preventive maintenance, and network vulnerability remediation. OBJECTIVES The contract effort goals are to maintain, upgrade, service and support all components of the equipment listed in Section D throughout the total contract period at the VA New Jersey Healthcare System. Objectives to meet the service and support goal include, but are not limited to, replacement parts coverage, remote service support, telephone support, operating system software and hardware reliability reports, 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 Option Year Three: October 1, 2025 - September 30, 2026 Option Year Four: October 1, 2026 - September 30, 2027 *If a contract is not awarded by October 1, 2022, the start date of the base year will be a date following October 1, 2022, as determined by the NCO2 Services team based on discretion and federal regulations. EQUIPMENT LIST Item # Equipment Equipment Identifiers Inclusions/Exclusions Features/Comments 1 Brilliance Big Bore Oncology 728243 Brilliance CT Big Bore Oncology Primary Service Plan 2 Brilliance Big Bore Oncology 728243-81 Tube Coverage Brilliance CT Big Bore Oncology-Medium 3 Digital Diagnost Dual Detector 712022-41 DigitalDiagnost Dual Detector Primary Service Plan EOSL 12/31/28 4 Digital Diagnost Dual Detector 712022-70 DigitalDiagnost Dual Detector Primary Supplemental Coverage X-Ray Tube & 2 Flat Detector 5 EPIQ 7 Gi / CV SN: US515B0863 EPIQ 7 GI / CV Value Service Plan 6 Standard Transducers C10-3v # B3QBN6, C5-1 # B2NXDL, L12-3 # B1BRLC, L12-5 # B19LFN EPIQ 7 GI / CV Value Standard Transducers 7 3D or Matrix Array Transducer X6-1 # B19ZVT EPIQ 7 GI / CV Value Specialty Transducers 8 EPIQ 7 Gi / CV SN: US515B0863 79520001-V EPIQ 7 GI / CV Value Service Plan 9 Standard Transducers C10-3v # B3DQ4G, C5-1 # B1C203, L12-3 # B1BRRY, L12-5 # B19LW7 EPIQ 7 GI / CV Value Standard Transducers 10 3D or Matrix Array Transducer X6-1 # B1BYM1 EPIQ 7 GI / CV Value Specialty Transducers 11 EPIQ 7 Gi / CV SN: US615B0004 EPIQ 7 GI / CV Value Service Plan 12 Standard Transducers C10-3v # B172RP, C5-1 # B1BQ9N, L12-3 # B1BMRN, L12-5 # B19LW1 EPIQ 7 GI / CV Value Standard Transducers 13 3D or Matrix Array Transducer X6-1 # B1BX8V EPIQ 7 GI / CV Value Specialty Transducers 14 IE33 Ultrasound 60757515 iE33 Value Service Plan EOSL 12/31/22 15 IE33 Ultrasound Transducer 60757515 S5-1 # B17ZTH iE33 Value Standard Transducers 16 Ingenuity CT 68756729 Material Code: 728323 Ingenuity CT 728326 Protection Service Plan 17 Ingenuity CT Tube Ingenuity Core128 Protection Tube Coverage CT-Unlimited 18 Ingenuity CT UPS 71749044 Ingenuity CT 728326 Protection Supplemental Coverage 26-150 kVA UPS * All labor and parts (except batteries) as necessary. this agreement. This excludes TEE transducers. * Includes One UPS Module PM and One Battery PM per year during Normal Business Hours Mon-Fri 8am-5pm on three phase UPS units. 19 Ingenuity CT 72849312 Material Code: 728323 Ingenuity CT 728326 Protection Service Plan 20 Ingenuity CT Tube Ingenuity Core128 Protection Tube Coverage CT-Unlimited 21 Ingenuity CT UPS 72849313 Ingenuity CT 728326 Protection Supplemental Coverage 26-150 kVA UPS * All labor and parts (except batteries) as necessary. this agreement. This excludes TEE transducers. * Includes One UPS Module PM and One Battery PM per year during Normal Business Hours Mon-Fri 8am-5pm on three phase UPS units. PLACE OF PERFORMANCE Delivery of services in this case will be conducted virtual and/or at the following addresses: VA New Jersey Healthcare System East Orange Campus 385 Tremont Ave, East Orange, NJ 07018 VA New Jersey Healthcare System Lyons Campus 151 Knollcroft Road, Lyons, NJ 07939 CONTRACT TYPE Fixed-Firm Price 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 4 hours of request 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. 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 UPTIME COMMITMENT Contractor shall commit to providing a 97% uptime guarantee for all equipment listed in section D. SERVICE DOCUMENTATION At the conclusion of each repair and scheduled maintenance call, the Contractor shall provide a written service report 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

113 HOLLAND AVE  ALBANY , NY 12208  USALocation

Place Of Performance : 113 HOLLAND AVE ALBANY , NY 12208 USA

Country : United StatesState : New York

You may also like

RFP#2337AA Contract Management System

Due: 30 Apr, 2024 (in 5 days)Agency: State of Texas

PMI PHILIPS DIGITAL DIAGNOSTIC X-RAY

Due: 31 Dec, 2028 (in about 4 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

J065--Intent to sole source Medrad Injector PM Only Service

Due: 21 May, 2024 (in 27 days)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 811219
pscCode J065Maintenance, Repair and Rebuilding of Equipment: Medical, Dental, and Veterinary Equipment and Supplies