Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2008 FBO #2490
SOLICITATION NOTICE

65 -- NUCLEAR MEDICINE CPET SCANNER

Notice Date
9/18/2008
 
Notice Type
Presolicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
 
ZIP Code
02301
 
Solicitation Number
VA-241-08-IB-0560
 
Response Due
9/22/2008
 
Archive Date
11/21/2008
 
Point of Contact
Gloria Voudren774-826-1641<br />
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans, VA Boston Healthcare System, has a requirement for vendor Philips Medical System to service provide material, labor, parts and travel required for Gold Customer Service Plan Nuc on model 882010 CPET plus refurbished located 2nd floor radiology, located at the Jamaica Plain campus. Site ID# 530679 for the period 10/1/08 through 9/30/09 with options to extend for up to forty-eight additional months in accordance with the attached terms and specifications. It is the Governments intention to solicit and negotiate only with this source. Please refer to the Sole Source Justification. This is not a solicitation; it is notice of intent to sole source a requirement. Inquires/information received after established deadline of September 22, 2008 shall not be considered. The submission of any data for review shall not impede award of this contract as planned. The Government does not intend to pay for information solicited. This synopsis is issued pursuant to FAR 6.302-1. JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETION Service to provide materials, labor and travel required to provide the Gold Customer Service Plan Nuc on model 882010 CPET plus-refurbished located 2nd floor radiology JP Campus. Site ID # 530679 for period of 10/1/08 9/30/09 with options to extend for up to forty-eight additional months in accordance with the terms and specifications of this contract. 1.Identification of the agency and the contracting activity Boston VA Healthcare System - A&MMS 2.Nature and/or description of the action being approved. Sole Source procurement annual service contract for the Nuclear Medicine CPET Scanner. 3.Description of the supplies or services required to meet the agencys needs (including the estimated value). Full service contract. 4.Identification of the statutory authority permitting other then full and open competition. FAR 6.302-1 (A) 2 - Only one responsible source. 5. Demonstration that the proposed contractors unique qualifications or the nature of the acquisition requires use of the authority cited. This vendor is the Original Equipment Manufacturer and is the only source of OEM Parts and software and applications for this equipment. 6.Description of efforts made to ensure that offers are solicited from as many potential sources as is practicable, including whether a Commerce Business Daily Notice was or will be publicized as required by subpart 5.2 (copy attached) and, if not, which exception under 5.202 applies. Only provider of parts for this equipment. This requirement is expected to exceed $25,000 and in accordance with FAR 5.201(b) (1) a notice will be posted through FBO. 7.Determination by the contracting officer that the anticipated cost to the government will be fair and reasonable: As contracting officer, I certify the cost is fair and reasonable, and advantageous to the government. 8. Description of the market survey conducted (i.e., names of firms and date(s) the firms were contacted) and the results or statement of the reasons a market survey was not conducted: No other firms were contacted. Contractor Philips Medical System has the expertise, qualification and experience to provide quality service per the government requirements 9. Any other facts supporting the use of other than full and open competition, such as an explanation why technical data packages, specifications, or engineering descriptions, statements of work, or purchase descriptions suitable for full and open competition have not been developed or are not available: This work requires contractor Philips Medical System experience and expertise for CPET system. Proprietary issues would not allow for full and open competition. This vendor is sole provider of OEM parts and software needed to maintain this scanner. 10.A listing of the sources, if any that expressed, in writing, an interest in the acquisition: None to Date. 11.A statement of the actions, if any the agency may take to remove or overcome any barriers to competition before any subsequent acquisition for the supplies or services required: The contracting activity will continue to encourage full and open competition whenever possible. Statement of Work Vendor is provide parts, labor and travel required to provide the Gold Customer Service plan coverage on the CPET located at the Jamaica Plain campus. Period of Performance is 10/1/08 through 9/30/09 with options to extend for up to forty-eight additional months in accordance with the terms and specifications of this contract. Point of Contact, Contracting Officer, Gloria Voudren, email: gloria.voudren@va.gov System CPET Model 882010 (1)Summary: This service contract shall include parts, labor and travel required to perform Gold service level on the CPET system. All equipment shall be maintained in proper operating condition as specified by the manufacturer. Vendor must have proven access to original equipment, manufacturers (OEM) parts manuals and schematics to perform the service. Vendors must provide their own EOM manuals and schematics, which must be available on site at time of service. All defective parts replaced become the property of the vendor. (2)Hours of Coverage: Contract hours will be 8:00 AM to 5:00 PM Monday through Friday (excluding Federal Holidays). (3)Response Time: Contractor shall provide phone call back by a qualified technician within 4 hours of original request for service or at a later time specified by Biomedical engineering. Contractor will report to Biomedical Engineering upon arrival. (4) Qualification of Vendor: Vendor will provide documentation of substantial experience working on the identified make and model instrument. This documentation shall specifically include individuals who will work on the systems. Within 10 business days upon contract award, vendor shall provide documentation to the contracting officer a list of qualified trained personnel who will be servicing the VA equipment to include current certificate(s) of specialized training. Should the government exercise option year(s) on this contract, vendor shall provide an updated list of qualified individuals who will work on the systems to the Contracting Officer within 10 business days of award extension. Contracting Officer reserves the right to request factory training certificates from vendor personnel for servicing equipment under contract to determine qualifications. (5)Specifications of Work: Contractor will follow manufacturers recommendations for PM, repair calibration and modifications, including use of diagnostic software where applicable. Replacement software will include all site-specific adaptation present in originally delivered software. (6) Guaranteed Uptime: A guaranteed uptime of 98% shall be maintained during hours of coverage to date: Uptime% is calculated as follows: Productive time minus down time divided by productive times 100. Productive time is planned time of use of equipment. Downtime begins at time of first service call until equipment is returned to proper operating condition (7)Updates: Vendor will provide all software and hardware updates upon release at no additional cost to the Government throughout the life of this contract. (8)Documentation Requirements: Service Field Reports shall be provided at the time of the service call and must be signed by contracting officers COTR and filed with the Biomedical Engineering department. Summary (or duplicate copies) of field service reports must be included with the invoices. Field service reports shall include written evidence of performance of all procedures and tests as required by the manufacturer. They shall include itemized parts and labor. (9)Services and parts not covered by contract: Contracting Officer or Contracting Officers COTR authorization for any work or parts outside the scope of this contract must be received prior to performance of work or payment will not be authorized. Parts required that are not covered by contract will be purchased by the VA and installed under their terms of the contract. SCHEDULE OF SUPPLIES/SERVICES AND PRICES/COSTS SECTION B Service to provide materials, labor and travel required to provide the Gold Customer Service Plan Nuc on model 882010 CPET plus-refurbished located 2nd floor radiology JP Campus. Site ID # 530679 for period of 10/1/08 9/30/09 with options to extend for up to forty-eight additional months in accordance with the terms and specifications of this contract. Base Year: 10/1/08 through 9/30/09 ItemQtyUnitUnit Amount One12MO $__________ Grand Total _________________ Option Year 1: 10/1/09 through 9/30/10 ItemQtyUnitUnit Amount One12MO $__________ Grand Total $_________________ Option Year 2: 10/1/10 through 9/30/11 ItemQtyUnitUnit Amount One12MO $__________ Grand Total $_________________ Option Year 3: 10/1/11 through 9/30/12 ItemQtyUnitUnit Amount One12MO $__________ Grand Total $_________________ Option Year 4: 10/1/12 through 9/30/13 ItemQtyUnitUnit Amount One12MO $__________ Grand Total $_________________ Post on FBO on Thursday, September 18, 2008 8:00 am EST for 5 days Deadline Monday, September 22, 2008 8:00 am EST
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cbe22bfff4f34293c133b2ecbfc9d798&tab=core&_cview=1)
 
Place of Performance
Address: Department of Veterans Affairs;VA Boston Healthcare System;150 South Huntington Ave;Jamaica Plain, MA 02130;2nd Floor, Radiology<br />
Zip Code: 02130<br />
 
Record
SN01675631-W 20080920/080918224515-cbe22bfff4f34293c133b2ecbfc9d798 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.