Www.vendorportal.ecms.va.gov

?

FedBizOppsSources Sought Notice*******CLASSIFICATION CODESUBJECTCONTRACTING OFFICE'S ZIP-CODESOLICITATION NUMBERRESPONSE DATE (MM-DD-YYYY)ARCHIVE DAYS AFTER THE RESPONSE DATERECOVERY ACT FUNDSSET-ASIDENAICS CODECONTRACTING OFFICE ADDRESSPOINT OF CONTACT(POC Information Automatically Filled from User Profile Unless Entered)DESCRIPTIONSee AttachmentAGENCY'S URLURL DESCRIPTIONAGENCY CONTACT'S EMAIL ADDRESSEMAIL DESCRIPTION ADDRESSPOSTAL CODECOUNTRYADDITIONAL INFORMATIONGENERAL INFORMATIONPLACE OF PERFORMANCE* = Required FieldFedBizOpps Sources Sought NoticeRev. March 2010JINVIVO ANNUAL SERVICE MAINTENANCEand SUPPORT CONTRACT77030 429836C25619Q062304-16-201960N811219Department of Veterans AffairsNetwork Contracting Office 16Michael E. DeBakey VA Medical Center2002 Holcombe BLVDHouston TX 77030 4298Shasta BrittContract Specialistshasta.britt@Department of Veterans AffairsMichael E. DeBakey VA Medical Center2002 Holcombe BLVDHouston, TX77030USAshasta.britt@shasta.britt@This Sources Sought/Market Survey Notice is being conducted by the Network Contracting Office (NCO) 16 at 2002 Holcombe Blvd. Bldg. 100, Houston, Texas 77030 to identify other sources that are capable of providing UroNav Fusion Biopsy Syst. 2.1 Invivo Solutions, Gold services and DYNACAD 3.3 BREAST w/INT & PROSTATE DIAG SW Invivo Solutions, Gold SW services contract at the Michael E. DeBakey VA Medical Center (MEDVAMC), 2002 Holcombe Blvd. Building #100; Houston, Texas 77030. ******THE PRIME CONTRACTOR SHALL BE AN AUTHORIZED OEM CONTRACTOR******FAILURE TO SUBMIT AUTHORIZATION LETTER FROM ORIGINAL EQUIPMENT MANUFACTURER (OEM) SHALL DEEM TECHNICAL UNACCEPTABLE.NOTE 1: Contractor shall be an authorize Contractor, trained technician, possess licenses and certification for proprietary equipment and services to meet all government requirements and objectives. NOTE 2: Contractor shall be an OEM authorized dealer, authorized distributor or authorized reseller for the proposed equipment and/or services contracts for maintenance of equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM’s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the supplies, equipment and/or services contracts for maintenance of equipment shall be in accordance with the OEM terms and conditions.Performance Location and Hours:Michael E. DeBakey VA Medical Center (MEDVAMC), 2002 Holcombe Blvd. Building #100; Houston, Texas 77030. Normal duty hours are from 0800-1630, Monday through Friday, excluding Federal Holidays. Contractor access shall be provided during this time period. The expected period of performance is for a base year with four (4) option years, exercisable at the Government’s discretion. Draft Statement of Work1. GENERAL INFORMATIONTitle of Project: Invivo Equipment Service and Support ContractScope of Work: The Contractor shall provide on-site and remote technical services and support for the below listed equipment; which, is manufactured by Invivo, a Philips company.Part#DESCRIPTION:S/NsLocation (Room)784012-NCSA033UroNav Fusion Biopsy Syst. 2.1LL SN:HL SN: 228Equipment: 71625363Asset MX#16813042A-4269896-032-0967DYNACAD 3.3 BREAST w/INT & PROSTATE DIAG SWLL SN:HL SN: 17 add ProstEquipment: 72193750 add ProstAsset EE#176257BC-301General Requirements: The Michael E. DeBakey VA Medical Center in Houston, TX is requesting service and support for the above systems to include the following coverage options.UroNav Fusion Biopsy Syst. 2.1 Invivo Solutions, Gold service contract which includes coverage for:parts and factory repair labor cost for defective systemstransport cost for receiving systems back after repair (one leg of freight cost)next day delivery for smart set of field replaceable parts, including related transport costimmediate access to remote applications & tech support (standard office hours)on-site technical support (time, material and travel cost)One time period of two days per year on-site application training (not valid for Esys/SensaVue)System tune-up service up to two times / year, on customer requestfree updates for Invivo Software, which comprises enhancement of existing feature packages25% discount on upgrades for Invivo Software with new feature packages (prior approval by CO)DYNACAD 3.3 BREAST w/INT & PROSTATE DIAG SW Invivo Solutions, Gold SW service contract which includes coverage for:immediate access to remote applications & tech support (standard office hours)One time-period of two days per year on-site application training (not valid for Esys/SensaVue)System SW tune-up service up to two times / year, on customer requestfree updates for Invivo Software, which comprises enhancement of existing feature packages25% discount on upgrades for Invivo Software with new feature packages (prior approval by CO)Definition/Acronyms:Biomedical Engineer(ing) = Supervisor or designee.CO - Contracting OfficerCOR - Contracting Officer RepresentativePM - 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 is authorized to sign-off on the ESR which indicates that the PM has been concluded or is still pending completion, or that the Emergency Repair has been accomplished or is still in a pending status.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 CenterVAH - Department of Veterans Affairs HospitalOEM - Original Equipment Manufacture2. CONFORMANCE STANDARDSContract service shall ensure that the equipment provided with their service functions in conformance with the manufacturer’s specifications, and any upgrades/updates, as well as following most current applicable published standards/ specifications/regulations: Manufacturer’s specifications, FDA, Association for the Advancement of Medical Instrumentation (AAMI), Joint Commission for the Accreditation of Healthcare Organizations (JCAHO), National Fire Protection Agency 99 (NFPA-99), Center for Device and Radiological Health (CDRH), Original Equipment Manufacturer (OEM), American Hospital Association (AHA), Institute of Electrical And Electronic Engineers (IEEE), Underwriters Laboratories (UL) ,Occupational Safety and Health Administration (OSHA), College of American Pathologists (CAP), VAMC standard operating procedures, and any other Federal, State, and Local regulations pertaining to the equipment listed for this contract.Contract service shall ensure that the equipment functions in conformance with the latest published edition of NFPA-99, UL, OSHA, VA, CDRH, and the Original Equipment Manufacturer (OEM). The contractor shall supply certification of tuberculosis testing completion prior to commencing any work located on the MEDVAMC campus3. SCHEDULED MAINTENANCEThe Contractor shall perform any corrective maintenance or repair to ensure that equipment listed in the schedule performs in accordance with Section 3, Conformance Standards. (An outline of the any corrective maintenance or repair procedures and schedule shall be provided to the COR). The Contractor shall provide and utilize procedures and checklists with worksheet originals indicating work performed and actual values obtained (as applicable). This documentation shall be provided to the COR at the completion of the corrective maintenance or repair. This description shall include an itemized list of the procedures performed, including electrical safety. Corrective maintenance or repair services shall include, but need not be limited to, the following:Cleaning of equipment.Reviewing operating system software diagnostics to ensure that the system is operating in accordance with Section 3, Conformance Standards or the manufacturer's specifications.Calibrating and lubricating the equipment.Performing remedial maintenance of non-emergent nature.Testing and replacing faulty and worn parts and/or parts likely to become faulty, fail or become worn.Inspecting and replacing where indicated, electrical wiring and cables for wear and fraying.Inspecting, and replacing where indicated, all mechanical components which may include, but is not limited to: X-ray tube mounting hardware, patient restraints and support devices, cables and mounting hardware, chains, belts, bearings and tracks, interlocks, clutches, motors, keyboards, and patient couches for mechanical integrity, safety, and performance as applicable for the system under coverage.Returning the equipment to the operating condition defined in Section 3, Conformance Standards.Providing documentation of services performed.Inspecting and calibrating the hard copy image device.PM services shall be performed in accordance with, and during the hours defined in, Section 4, 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, labor, travel, manuals, tools, or software required to successfully complete scheduled corrective maintenance or repair are included within this contract, and its agreed upon price, unless specifically stated in writing otherwise and approved by the CO.4. UNSCHEDULED MAINTENANCE (Emergency Repair Service)Contractor shall maintain the equipment in accordance with the manufacturer's specifications. 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 as recommended by the equipment manufacturer. All required parts shall be furnished.The CO, COR or designee has the authority to approve/request a service call from the Contractor. Response Time: - Vendor must provide technical phone support 8AM to 5PM Monday-Friday CST and on-site support within 24 hours if any adverse advents occur. Any charges for parts, services, labor, travel, manuals, tools, or software required to successfully complete unscheduled maintenance is included within this contract in the Equipment Identification and Coverage section, and its agreed upon price, unless specifically stated in writing otherwise and approved by the COR. VA will pay outbound shipping for depot serviceable repairs.The Contractor must have the ability to concurrently address multiple emergency calls and unscheduled maintenance on different equipment.5. REPAIRSThe contractor shall maintain the equipment in accordance with the Conformance Standards Section, by furnishing all necessary labor, unlimited technical phone support, equipment, tools, materials, repair service, shipping charges and all peripherals. Equipment repairs/service, software updates and parts for service in accordance with the terms, conditions and schedule of this statement of work. 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 calibrations. Only, 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 and his/her designee within [one (1) hour] after receipt of telephoned notification [24 hours per day]. If the problem cannot be corrected by phone, the FSE will commence work (on-site physical response) within [four (4) hours] after receipt of notification or completion of phone support and will proceed progressively to completion without undue delay. Except when outside hours of coverage are authorized by the COR. Repair Up-Time: From the time when the FSE commences the on-site unscheduled maintenance, the repairs/service must be completed within are 24 hours (24 hours/day).6. PARTSThe Contractor shall furnish and replace parts in accordance with the Invivo Solutions, Gold/Gold SW service contract specifications. The Contractor has ready access to all parts, including unique and/or high mortality replacement parts that fall within this plan. All parts supplied shall be compatible with existing equipment. The contract shall include all parts [except -if applicable - those parts specifically listed as being EXCLUDED]. The contractor shall use new original equipment manufacturer (OEM) 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 other equipment, shall not be installed without specific approval by the COR. The Contractor shall also list any excluded parts under the service contract. If excluded parts are needed, contractor shall bring to the COR attention and have prior approval by CO before ordering. 7. OPERATIONAL UPTIME REQUIREMENTSThe cable service shall be operable and available for use 90% of the normal operating hours of the equipment as detailed in the Hours of Coverage section. Downtime will be computed from notification of problem during normal work hours. Scheduled maintenance will be excluded from downtime. (Normal work hours are 08:00 AM to 05:00 PM, Monday through Friday, excluding federal holidays). Operational Uptime will be computed during a month-long time period. There shall be twelve (12) months within a base or option year with the first month starting on the effective date of the award. Repeated failure to meet this requirement can subject the contractor to DEFAULT action. 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. (End of Draft Statement of Work) If this is a service your business can provide, please respond to this Sources Sought Notice by 11:00am CT on April 16, 2019. Responses should include: (1) Business Name(2) Business Address(3) Point of Contact NamePhone NumberE-mail Address(4) DUNS Number(5) NAICS code(6) Business Size: SMALL or LARGE(7) Type of Business: SERVICE DISABLED VETERAN OWNED (SDVOSB), VETERAN OWNED (VOSB), 8A, HUBZone, WOMAN-OWNED (WOSB), etc. (8) Letter stating OEM authorized dealer, authorized distributor or authorized reseller for the proposed equipment and/or servicesAll businesses eligible to provide this service are encouraged to reply as this information may be used to determine potential set-asides for the above-noted service. Send responses to Shasta Britt via e-mail at HYPERLINK "mailto:shasta.britt@" shasta.britt@. This is NOT A REQUEST FOR QUOTE or an announcement of a solicitation. ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download