J065--Siemens X-Ray Maintenance Services, KC, 589-24-2-1837-0006 (VA-24-00035116)

expired opportunity(Expired)
From: Federal Government(Federal)
36C25524Q0206

Basic Details

started - 01 Mar, 2024 (2 months ago)

Start Date

01 Mar, 2024 (2 months ago)
due - 07 Mar, 2024 (1 month ago)

Due Date

07 Mar, 2024 (1 month ago)
Bid Notification

Type

Bid Notification
36C25524Q0206

Identifier

36C25524Q0206
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF
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.

THIS 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. 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,: Siemens Imaging Equipment Repair and Maintenance, KC VAMC General This is a Biomedical Engineering Support Service agreement for Siemens imaging equipment. Required Services The contractor shall provide full maintenance both remotely and on site, to include preventative, all replacement parts (including glassware), labor, travel expenses, tools, test equipment and other incidentals necessary to maintain or restore the listed equipment to operating specifications which meet or exceed the manufacturers specifications. The contractor will utilize new or like new parts that have been refurbished to OEM specifications. In-house Biomedical Engineering will provide first look response to all trouble calls listed on the attached request and will notify contractor when their services are needed. Upon placement of service request, the contractor must respond by telephone for diagnostic response within two (2) hours after notification and must respond on the premises of the Kansas City VA (KCVA) Medical Center within an average of four (4) hours when required for on-site service call as requested by the Contracting Officer Representative (COR) or a designee (unless otherwise decided by Biomedical Engineering Point of Contact). All services for this contract must meet manufacturers performance and technical specifications, Federal Regulations, FDA device certification and other specifications that may apply such as National Electric Code (NEC), Life Safety Code (LSC), The Joint Commission on (TJC), and VA Regulations. Also, Contractor must provide the appropriate service documentation at no additional expense. Contractor will be required to complete applicable privacy training at the KCVA. COR s will assure completion of the training for contractors is completed prior to work beginning and contractors coming on board. Preventive maintenance inspections shall be performed in accordance with manufacturer s literature. Preventive maintenance inspections shall be performed in a manner which clearly demonstrates that the specified device meets or exceeds all manufacturers technical performance specifications for preventive maintenance. Contractor will install operating system software updates provided by the Original Equipment Manufacturer (OEM) for Covered System. Software updates mean revisions to OEM proprietary operating system software that enhance existing System functions and operation without hardware changes, but will not install operating system software upgrades to new software platforms or software options offered separately for sale by the OEM. All completed work will meet OEM specifications. The contractor will provide both scheduled and unscheduled services to repair and/or maintain equipment in a fully functional condition with a ninety-eight percent (98%) uptime guarantee (calculated on quarterly basis). The contractor will provide troubleshooting assistance by telephonic or remote diagnostics support twenty-four hours a day, seven days a week. The contractor will provide the Government with a toll-free, non-automated number for troubleshooting assistance. If the problem cannot be resolved telephonically or by remote diagnostics, the contractor s technical support center will dispatch the field service engineer (FSE) for on-site support, to be conducted during normal MTF business hours. This agreement includes extended hours of coverage Mon Fri, 0800 A.M. 9:00 P.M. weekdays excluding holidays. The contractor will ONLY respond to service calls placed from COR or designee. All contractor personnel must report to the COR to sign in before any work is performed on the premises of the Kansas City VA Medical Center, and to sign out after completion of assignment. The contractor must furnish a detailed field service report and invoice, showing work completed, listing all repairs and/or repair parts used to maintain operating efficiency of the equipment. This report must be delivered to Biomedical Engineering as the contractor signs out and leaves the facility or via email. If service is completed after 4:30 pm, sign out and email the report to the Biomedical Engineering. Payment will be withheld pending receipt of this report. The service report from the contractor must contain, at a minimum, the following information: Date and time of the contractor s arrival on station. Type, model, and serial number(s) of all equipment on which maintenance was performed. Name of Field Technician who performed the repair Total time spent performing maintenance, excluding travel time. Detailed narrative description of the malfunction or PM action required. Complete list of parts replaced. Comments as to the cause of the malfunction when applicable. Date and time the repair or software upgrade was completed. Service reports will be used to verify work. Payments will not be made without service reports to document work. Contractor will not perform any service that will result in additional charges without prior approval from the VA Hospital Contracting Officer. Vendor will install operating system software updates provided by the Original Equipment Manufacturer (OEM) for Covered System. Software updates mean revisions to OEM proprietary operating system software that enhance existing System functions and operation without hardware changes, but will not install operating system software upgrades to new software platforms or software options offered separately for sale by the OEM. Personnel Qualifications The contractor will provide trained personnel for on-site support, labor, travel, tools, diagnostic equipment, hardware, firmware, test phantoms, materials, supplies, parts and test equipment necessary to perform all operations in connection with scheduled and unscheduled on-site services, in order to maintain the listed equipment and/or its components if any, in a fully functional state, in accordance with the Original Equipment Manufacturer (OEM) specifications. There is a potential for exposure to blood borne or other infectious material with equipment throughout the hospital. All maintenance persons must use the Universal Precautions (i.e. decontamination of medical equipment, wearing protective gloves, aprons, and goggles) during cleaning and maintenance/repair procedures required by this contract. Payment will be made monthly, in arrears, upon receipt of a properly prepared invoice, referencing the period for which payment is due, contract number and/or purchase order number assigned. Copies of these invoices will be sent to the COR upon completion. Imaging Equipment List The Vendor Equipment List, attached, will fluctuate over time as equipment items reach their useful life and are replaced and as new equipment comes off warranty. At the exercise of each option year, a revised equipment list will be modified into the contract to include any new items for the year. Throughout the period of performance, as equipment is replaced or added, the contract will be bilaterally modified to account for these changes on the Equipment List. The devices to be covered are: Item # System Name Functional Location 1 Symbia.Net Single-User 400-429413 2 Symbia.Net Single-User 400-429415 3 Workplace.Turbo 400-206908 4 Workplace.P 400-348207 5 Symbia Intevo Bold 400-696187 6 Biograph mCT-S 64 Flow 400-499434 7 AXIOM Luminos Agile MAX 400-446317 8 syngo.via Workstation Service 400-520441 The information identified above are intended to be descriptive 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 supplies/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 service provider, or an equivalent solution for the services being referenced above? If an authorized service provider must provide proof. 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. Please 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 Thursday, March 7, 2024, at 0800 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

Kansas City VA Medical Center  4801 Linwood BlvdLocation

Place Of Performance : Kansas City VA Medical Center 4801 Linwood Blvd

Country : United StatesState : Missouri

You may also like

PORTABLE X-RAY PREVENTIVE MAINTENANCE AND REPAIR

Due: 30 Sep, 2024 (in 5 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

REVERSE OSMOSIS MAINTENANCE SERVICE FOR THE IOWA CITY VA HEALTH CARE SYSTEM.

Due: 31 Aug, 2026 (in about 2 years)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

NAICS CodeCode 811210
Classification CodeCode J065