Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
DOCUMENT

J -- Dorado Urodynamic System El Paso - Attachment

Notice Date
9/8/2011
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Contracting Section (90C);300 Veterans BLVD;Big Spring TX 79720
 
ZIP Code
79720
 
Solicitation Number
VA25811RP0842
 
Archive Date
10/8/2011
 
Point of Contact
CAROLYN STROMBERG
 
E-Mail Address
3-7361
 
Small Business Set-Aside
N/A
 
Description
THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. It is anticipated that a request for proposals will be issued in the near future. The proposed North American Industry Classification System (NAICS) is 811216, Other Electronic and Precision Equipment Repair and Maintenance, and size standard is $19M. Responses should identify if they are a small business or small disadvantaged business concern, based on this NAICS code. Contracting Office Information: West Texas VAHCS, 300 Veterans Blvd, Big Spring, TX 79720. Point of contact: Carolyn Stromberg, e-mail: carolun.stromberg@va.gov. Telephone: 432-263-7361 x7486. Subject: Maintenance & Service Agreement for a Durango Urodynamic System for the El Paso, Texas VAHCS. Description: The Biomedical Department of the El Paso, Texas VAHCS is seeking potential sources for the maintenance and service agreement on a Durado Urodynamic System. A statement of work is provided below. Please submit expressions of interest in your own format to include documentation of the firm's capabilities in sufficient detail for the Government to determine that your company possesses the necessary expertise and experience to compete for this acquisition. Please ensure responses do not exceed ten (10) pages. Since this is a Source Sought Announcement, no evaluation letters will be issued to the participants. This synopsis is not to be construed as a commitments by the Government and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement. The due date for submission of the information is 2:00 PM central time on Monday September 12, 2011. All information must be sent to the e-mail address listed above in the contracting office information section. STATEMENT OF WORK FOR PREVENTIVE MAINTENANCE/EMERGENCY SERVICE FOR MEDICAL EQUIPMENT I.EQUIPMENT IDENTIFICATION NAME/DESCRIPTION OF EQUIPMENT - Urodynamic System MANUFACTURER - Laborie Medical Technologies Corp. MODEL - Dorado SERIAL NUMBER -RKT08081148/RSK08071175 EQUIPMENT I.D. NUMBER - 11219 ACQUISITION DATE - OCT 1, 2008 LOCATION - Building 1, Room B457-1 II.DEFINITIONS/ACRONYMS: A.Biomedical Engineer(ing) - Supervisor or designee. B.CO - Contracting Officer C.COTR - Contracting Officer's Technical Representative D.PM - 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. E.FSE - Field Service Engineer. A person who is authorized by the contractor to perform maintenance (corrective and/or preventive) services on the ELPVAHCS premises. F.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. G.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. H.Authorization Signature - COTR's signature; indicates COTR accepts work status as stated in ESR. I.NFPA - National Fire Protection Association. J.CDRH - Center for Devices and Radiological Health. K.VAMC - Department of Veterans Affairs Medical Center L.ELPVAHCS - El Paso VA Health Care System III. CONFORMANCE STANDARDS: Contract service shall ensure that the equipment functions in conformance with the latest published edition of the applicable standards, such as: NFPA-99, UL, OSHA, VA, CDRH, etc. and the "Manufacturer's Performance standards/ specifications" as used when the equipment was originally procured and that any upgrades/updates will meet the stated standards/specifications. IV.HOURS OF COVERAGE: Contractor will provide priority and unlimited phone support from 8:30 am to 8:00 EST Monday through Friday for technical assistance related to software, hardware and other issues of urodynamics. V. UNSCHEDULED MAINTENANCE (Emergency Repair Service) Service covers the cost of parts and labor, and shall not exceed the total cost of the unit. Biomedical Engineering will arrange for the delivery to and return from contractor of any and all equipment found in need of service. Loaner devices will be provided during a repair at no charge when available. Contractor will proved on a mutually agreed upon date of one (1) visit per contract year. COTR may reserve: a) an in-service by a clinical consultant or, b) a preventative maintenance by a field service engineer or, c) used for an on-site repair visit. VI. SCHEDULED MAINTENANCE: A.The Contractor shall perform PM service to ensure that equipment listed in the schedule performs in accordance with Section C, III, Conformance Standards. 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 COTR 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, but need not be limited to, the following: 1.Cleaning of equipment. 2.Reviewing operating system software diagnostics to ensure that the system is operating in accordance with Section C, III, Conformance Standards, and the manufacturer's specifications. 3.Calibrating and lubricating the equipment. 4.Performing remedial maintenance of non-emergent nature. 5.Testing and replacing faulty and worn parts and/or parts likely to become faulty, fail or become worn. 6.Inspecting and replacing where indicated, electrical wiring and cables for wear and fraying. 7.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. 8.Returning the equipment to the operating condition [defined in Section C, III, Conformance Standards]. 9.Providing documentation of services performed. 10.Inspecting and calibrating the hard copy image device. 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. VII. PARTS A.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 except expendables or consumables. The contractor shall use new or rebuilt 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 system shall not be installed without specific approval by the CO or the COTR. (The Contractor shall also list any excluded parts under the service contract). B.Any hardware, such as a hard drive, which contained patient information, must be sanitized in accordance with National Security Agency standards by ELPVAHCS staff prior to being removed from the ELPVAHCS. VIII. SERVICE MANUALS/TOOLS/EQUIPMENT: A.The ELPVAHCS shall not provide tools, (test) equipment, service manuals, or service diagnostic software to the contractor. Contractor shall obtain, have on file, and make available to its FSE 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 manuals, by name and/or the manuals themselves shall be provided to the CO upon request. B.Contractor shall provide the COTR or Biomedical Engineering two (2) copies of all documentation that pertains to any hardware, software, or firmware upgrade or repair. Contractor shall provide to the COTR or Biomedical Engineering two (2) copies of the latest version(s) of all documentation and licensing agreements, which shall include operation, service, and diagnostic software. The COTR or Biomedical Engineering shall have access to the same operation, service, diagnostic software, and documentation as the OEM's FSE. Contractor shall provide to the COTR or Biomedical Engineering OEM Service Bulletins for the equipment listed in Part I. IX. DOCUMENTATION/REPORTS: The documentation shall include detailed descriptions of the scheduled and unscheduled maintenance (i.e., Emergency repairs) procedures performed, including replaced parts, and prices (for outside normal working hour services) required to maintain the equipment in accordance with Section C, III, Conformance Standards, and the manufacturer's specifications. Such documentation shall meet the guidelines as set forth in the Conformance Standards section. The ESR will consist of a separate PM report for the item(s) covered under the "specific" contract. Grouping different equipment from different contracts on "one" ESR is prohibited. In addition, each ESR must, at a minimum, document the following data legibly and in complete detail: A.Name of contractor and contract number. B.Name of FSE who performed services. C.Contractor service ESR number/log number. D.Date, time (starting and ending), equipment downtime, and hours on-site for service call. E.VA purchase order number(s) covering the call if outside normal working hours. F.Description of problem reported by COTR/user (if applicable). G.Identification of equipment to be serviced:Inv. ID number, manufacturer's name, device name, model number, serial number, and any other manufacturer's identification numbers. H.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. I.Total Cost to be billed (if applicable -- i.e., part(s) not covered or service rendered after normal hours of coverage). J.Any additional charges claimed must be approved by the COTR before service is completed. XII. ADDITIONAL CHARGES: There will be no additional charge for time spent at the site (during, or after the normal hours of coverage) for delivery of parts. XIII. 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 and COTR (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 and COTR with a written estimate of the cost to make necessary repairs. XIV. CONDITION OF EQUIPMENT: The Contractor accepts responsibility for the equipment described in Section C, paragraph I., in "as is" condition. Failure to inspect the equipment prior to contract award will not relieve the Contractor from performance of the requirements of this contract. XV. COMPETENCY OF PERSONNEL SERVICING EQUIPMENT: A.Each respondent must have an established business, with an office and full time staff. The staff includes a "fully qualified" FSE and a "fully qualified" FSE who will serve as the backup. B."Fully Qualified" is based upon training and on experience in the field. For training, the FSE(s) has successfully completed a formalized training program, for the equipment identified in the Section B schedule. For field experience, the FSE(s) has a minimum of two years of experience (except for equipment newly on the market) with respect to scheduled and unscheduled preventive and remedial maintenance, on the equipment identified in the Section B schedule. C.The FSEs shall be authorized by the Contractor to perform the maintenance services. All work shall be performed by "Fully Qualified" competent FSEs. The Contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSEs for each make and model the Contractor services at the ELPVAHCS. The CO may authenticate the training requirements, request training certificates, or credentials from the Contractor at any time for any personnel who are servicing or installing any ELPVAHCS equipment. The CO and/or COTR specifically reserve the right to reject any of the Contractor's personnel and refuse them permission to work on the ELPVAHCS equipment. D.If subcontractor(s) are used, they must be approved by the CO; the Contractor shall submit any proposed change in subcontractor(s) to the CO for approval/disapproval. XVI. TEST EQUIPMENT: Prior to commencement of work on this contract, the Contractor shall provide the ELPVAHCS with a copy of the current calibration certification of all test equipment which is to be used by the Contractor on ELPVAHCS's equipment. This certification shall also be provided on a periodic basis when requested by the ELPVAHCS. Test equipment calibration shall be traceable to a national standard.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWTHCS519/VAWTHCS519/VA25811RP0842/listing.html)
 
Document(s)
Attachment
 
File Name: VA-258-11-RP-0842 VA-258-11-RP-0842_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=252741&FileName=VA-258-11-RP-0842-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=252741&FileName=VA-258-11-RP-0842-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02567137-W 20110910/110908235922-b198d47446ffd68d08faefd57d8e86d2 (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.