J065--NOTICE OF INTENT TO SOLE SOURCE Service Siemens Imaging Equipment

expired opportunity(Expired)
From: Federal Government(Federal)
36C25222Q0900

Basic Details

started - 01 Sep, 2022 (19 months ago)

Start Date

01 Sep, 2022 (19 months ago)
due - 30 Nov, 2022 (16 months ago)

Due Date

30 Nov, 2022 (16 months ago)
Bid Notification

Type

Bid Notification
36C25222Q0900

Identifier

36C25222Q0900
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (102122)VETERANS AFFAIRS, DEPARTMENT OF (102122)252-NETWORK CONTRACT OFFICE 12 (36C252) (4630)

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.

Under Statutory Authority 41 U.S.C. 4106(c) the VA Great Lakes Acquisition Center (GLAC) intends to negotiate a sole source contract with Siemens Medical Solutions USA, Inc, for maintenance, emergency repair services for the Siemens imaging equipment (see SOW for listing of equipment), located at the Jesse Brown VA Medical Center, 2030 West Taylor, Chicago, IL 60612-2223. This acquisition is conducted under the authority of 41 U.S.C. 4106(c) order against multiple 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 one option year to be exercised at the discretion of the Government. The NAICS Code is 811219. 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 (CST) 09/07/2022. 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 Siemens Medical Solutions USA, Inc. Capability statements for the work listed below shall be submitted by email only as a MS Word or Adobe PDF attachment to Lori Eastmead at Lori.Eastmead@va.gov. TELEPHONIC INQUIRIES WILL NOT BE ACCEPTED. Contractor shall provide all labor, travel, expenses, parts, material, tools, equipment, supervision, and expertise necessary to provide full-service Maintenance and Emergency Repairs of the Siemens Imaging equipment outlined in the attached Equipment list (Table A). Equipment is located at the Jesse Brown VA Medical Center in Chicago, IL. The contract is for a base year plus four option years of coverage exercised at the discretion of the government. The base period of performance shall be from October 11, 2022, through October 10, 2023. TABLE A: LIST OF REQUIREMENTS Line Item Equipment Serial Number 1 MAGNETOM Symphony ATS 400-368427 2 Magnetom Skyra 400-456355 3 ECO Chiller 400-456356 4 SOMATOM Sensation 64 400-203360 5 Somatom Definition Flash 400-452938 6 Artis Q Ceiling 400-631277 7 AX Application Software SYS HW/SW 400-644238 8 Uroskop Omnia Max 400-596035 2. CONFORMANCE STANDARDS: Contract service shall ensure that the equipment functions in conformance with the latest published edition of applicable industry standards, including but not limited to the National Electric Code (NEC), National Fire Protection Association (NFPA-99), Underwriters Laboratories (UL), Occupational Safety and Health Administration (OSHA), Veterans Affairs (VA), Center for Devices and Radiological Health (CDRH), Federal, State, and local codes. Equipment defined herein shall be maintained in accordance with the manufacturer's standards/specifications. Preventative Maintenance (PM) inspection/repair procedures shall be in accordance with the manufacturer's specifications and schedule for PM's. 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 4, HOURS OF COVERAGE. Downtime shall be computed from notification of problem during normal work hours. Scheduled maintenance shall be excluded from downtime. Normal work hours are listed below Monday through Friday, excluding national holidays. Operational Uptime shall be computed during a month-long time. Repeated failure to meet this requirement can subject the contractor to DEFAULT action. CORRECTIVE MAINTENANCE (Emergency Repair Service): Contractor shall maintain the equipment in accordance with the Conformance Standards Section OR the manufacturer's specifications. Contractor shall 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 following manufacturer s guidelines. All required parts shall be furnished. The COR or his/her designee has the authority to approve and request a service call from the Contractor. Response Time: Contractor's FSE shall 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 shall commence work (on-site physical response) within [8 (eight) hours (Next business day)] after receipt of this second notification and will proceed progressively to completion without undue delay. Each individual piece of equipment shall have an operational uptime for 97% of the time during each quarter of the contracted performance period. Uptime is defined as the state when the equipment is working and/or available for use. Downtime is defined as the state when the system is not operable. The period of downtime shall be from notification of the manufacturer s service call center until the system is returned/presented to the VA properly functioning and ready for use. Scheduled routine preventative maintenance shall not be considered downtime. Contractor shall provide documentation that service was performed, per manufacturer s guidelines. See the Documentation/Reports section 9 for specific requirements. SCHEDULED MAINTENANCE: Contractor shall perform PMs on an annual basis, at minimum, but more often if it is required to keep the equipment operating to original manufacturer specifications. Preventive maintenance shall be scheduled with the COR at a mutually agreeable time during contract coverage hours. Contractor shall perform PM service to ensure that equipment listed in Appendix A Equipment List performs in accordance with the Conformance Standards and the manufacturer's specifications. The 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. The Contractor shall provide written description of Preventive Maintenance Inspections (PMI). This description shall include an itemized list of the procedures performed, including electrical safety. PM services shall include the following: 1. Reviewing operating system software diagnostics to ensure that the system is operating to the manufacturer's specifications. 2. Calibrating and lubricating the equipment. 3. Performing remedial maintenance of non-emergent nature. 4. Testing and replacing faulty and worn parts and/or parts likely to become faulty, fail or become worn. 5. Inspecting and replacing where indicated, electrical wiring and cables for wear and fraying. 6. Inspecting, and replacing where indicated, all mechanical components including without limitation: coils, conduit, gases, fluids, arms, detectors, tubes, and fans. 7. Returning the equipment to the operating condition in accordance with the Conformance Standards and manufacture s specifications. 8. Providing documentation of services performed (See Documentation/Reports). 9. Inspecting and calibrating the device. PM services shall be performed in accordance with, and during the hours defined in, the preventive maintenance schedule established herein. All exceptions to the PM schedule shall be arranged and approved in advance with the COR. Any charges for parts, services, manuals, tools, or software required to successfully complete scheduled PM are included within this contract, and it s agreed upon price, unless specifically stated in writing otherwise. The contractor shall be responsible for providing all necessary gases, liquids, and equipment for this process. The contractor shall adhere to all personal protective equipment (PPE). The contractor shall be responsible for maintaining the area s environment, which shall include, but is not limited to, cleaning supplies and materials needed to erect and disassemble barriers, when applicable. Barriers shall be utilized to maintain separation of clean and dirty environments. Barriers shall be of a clean, non-porous material. Contractor shall provide documentation that cleaning of equipment and work area was performed, per manufacturer s guidelines. See the Documentation/Reports section 9 for specific requirements. The Contractor shall remove from the facility all excess materials, trash, debris, and barriers generated because of their services. PARTS: The Contractor shall furnish and replace parts to meet uptime requirements. The Contractor has ready access to all parts, including unique and/or high mortality replacement parts. All parts supplied shall be compatible with existing equipment. The contract shall include all parts. The Contractor shall use new parts. All parts shall be of current manufacture and have complete versatility with the presently installed equipment. All parts shall perform identically to the original equipment specifications. Rebuilt parts, used parts or those removed from another piece of equipment shall not be installed without specific approval by the COR. Should the VA choose to provide their own parts that meet specifications, Contractor shall install these parts as part of this contract. SERVICE MANUALS/TOOLS/EQUIPMENT: The VA shall not provide tools, test equipment, service manuals or 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. The location and listing of the service data manuals, by name and/or the manuals themselves shall be provided to the CO upon request. DOCUMENTATION/REPORTS: Contractor shall provide documentation, which shall include detailed descriptions of scheduled and emergency service performed. The Engineer Service Report (ESR) shall be provided to the COR via email after the completion of each service visit. Each ESR shall, at a minimum, legibly document the following data in complete detail: The documentation shall include detailed descriptions of the scheduled and unscheduled maintenance (i.e., emergency repairs) procedures performed. Such documentation shall meet the guidelines as set forth in the conformance standards section. The ESR shall consist of a separate PM report for the item(s) covered under the scheduled Maintenance" section above. Grouping different equipment from different contracts on "one" ESR is prohibited. In addition, each ESR shall, at a minimum, document the following data legibly and in complete detail: Name of Contractor and contract number. Name of FSE who performed services. Contractor service ESR number/log number. Date, time (starting and ending), equipment downtime and hours on-site for service call. VA purchase order number(s) covering the call if outside normal working hours. Description of problem reported by COR/user (if applicable). Electrical Safety check performed. Identification of equipment to be serviced: Invoice number, manufacturer's name, device name, model number, serial number, and any other manufacturer's identification numbers. Itemized Description of Service Performed (including, if applicable, costs associated with after normal working hour services) including: Labor and Travel, Parts (with part numbers) and 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: 1. FSE performing services described. 2. VA Employee who witnessed service described. NOTE: Any additional charges claimed must be approved by the COR before service is completed. FOOTNOTE: The Contractor may design/develop an ESR report form that incorporates the above MINIMUM criteria. The form shall be submitted in a format mutually agreed upon by contractor and the COR prior to implementation. ADDITIONAL CHARGES: There shall 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. 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, COR, or his/her designee (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, COR, or his/her designee with a written estimate of the cost to make necessary repairs. CONDITION OF EQUIPMENT: The Contractor accepts responsibility for the equipment described in Paragraph 1 in "as is" condition. Failure to inspect the equipment prior to contract award shall not relieve the Contractor from performance of the requirements of this contract.

GREAT LAKES ACQUISITION CENTER 115 S 84TH ST  MILWAUKEE , WI 53214  USALocation

Place Of Performance : GREAT LAKES ACQUISITION CENTER 115 S 84TH ST MILWAUKEE , WI 53214 USA

Country : United StatesState : Wisconsin

You may also like

V--Notice of Intent to Sole Source

Due: 05 Apr, 2024 (in 7 days)Agency: ENERGY, DEPARTMENT OF

NOTICE OF INTENT TO SOLE SOURCE

Due: 29 Mar, 2024 (Today)Agency: DOE

Notice of Intent to Sole Source

Due: 05 Apr, 2024 (in 7 days)Agency: COMMERCE, 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