Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 18, 2012 FBO #3798
DOCUMENT

65 -- Gamma Ray Cameras Maintenance and Support - Attachment

Notice Date
4/16/2012
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
VA26212I0690
 
Response Due
4/20/2012
 
Archive Date
6/19/2012
 
Point of Contact
Joseph Mendoza
 
E-Mail Address
6-2253<br
 
Small Business Set-Aside
N/A
 
Description
This is a request for information (RFI) in accordance with FAR 15.201(e). This is not a solicitation for quotes and there will be no contract award from this RFI. There will be no reimbursement for any costs associated with providing information in response to this RFI or follow-up information requests. The purpose of this RFI is to gain knowledge of potentially qualified sources and their size classifications (small business, large business, Veteran Owned Small Business (VOSB) etc. The Department of Veteran Affairs Greater Los Angeles Healthcare Systems is interested in Procuring Services to perform services herein. ITEM NO.DESCRIPTION: VA Greater Los Angeles Healthcare System 1VERTEX-E DUAL HEADED IMAGING SCINTILLATION CAMERA WITH MOLECULAR COINCIDENCE DETECTION (MCD) CAPABILITIES INCLUDING: PEGASYS 20 COMPUTER SYSTEM, LASER CONTOURING SILHOUETTE, PEGASYS PC, AND MITA TRANSFER. MANUFACTURER ADAC LABORATORIES, MODEL VERTEX-E, S/N 503084, PMI# 6525-0501, EE# 31597, BLDG 500 ROOM 0080. 2SOLUS IMAGING SCINTILLATION CAMERA WITH A PEGASYS 20 COMPUTER STATION, MANUFACTURER ADAC LABS. MODEL SOLUS, S/N 43548, PMI# 6525-0540, EE# 43548 BLDG. 500 ROOM 0073. 3SIEMENS BASICAM GAMMA CAMERA. MANUFACTURER SIEMENS, MODEL BASIC CAM, S/N NONE, PMI# 6525-0331, EE# 24319, BLDG. 500 ROOM 0081. 4VERTEX PLUS SOLUS SCINTILLATION CAMERA ID# 6405VA INCLUDING: PEGASYS 15, IVY GATE, PEGASYS 6405VA1 AND VANTAGE SOURCE. LOCATED VA SEPULVEDA RADIOLOGY FIRST CALL CONTRACT PRICE 25% DISCOUNT SPECIFICATIONS A.DESCRIPTION OF WORK Provide all necessary labor, material, tools and equipment necessary to provide hardware and software maintenance and support for the equipment defined herein located at the VA Greater Los Angeles Healthcare Nuclear Medicine Department. EQUIPMENT IDENTIFICATION/SERVICE: Adac Gamma Camera for the following Government owned equipment. Vertex-E dual headed Imaging Scintillation Camera Vertex Plus Solus Scintillation B.PERFORMANCE: Repair service includes the diagnosis and correction of product failures. Remedies may consist of temporary procedures to be followed by VA while a permanent remedy is being sought. Diagnosis shall be initially by telephone call, response time for maintenance support and/or warranty coverage, shall be within four (4) hours from the time service request is received Monday to Friday from 8 A..M. to 5 P.M. The Contractors shall maintain and operate a telephone assistance number, available 24 hrs/day. The telephone response time for the Contractor, after the initial call, shall be one hour. Should it be determined that on-site repairs are required, the Contractor must arrive the same working day to start repairs when the initial call is made before noon. For each instrument system identified herein the Contractor shall perform at a minimum those services as determined necessary by the Biomedical Engineering and using service Supervisor. The using service specification on the listed Medical Instrument is based on the equipment manufactures recommended service and preventive maintenance procedures and schedules. Performance verification is required at the conclusion of every preventive maintenance and emergency repair. This verification procedure may include performance testing for accuracy and precision of the instrument. If any procedure are performed that would in any way effect the calibration status of the instrument the results of performance testing must conform to the establish performance criteria for the instrument. C.PREVENTIVE MAINTENANCE: On-site Preventive Maintenance Inspections (PMI) provided under this Contract include, but are not limited to the furnishing of necessary labor, material tools, equipment, parts required to provide inspection, adjustments, effect repairs, replace parts, cleaning, calibrations, lubrication, testing for operating efficiency, disassembly, check-out, replacement of worn or defective parts of Government owned Adac Gamma Camera equipment. The equipment is located at VA Los Angeles. The PMI will be scheduled a minimum of three (3) days in advance with Contracting Officer's Technical Representative (COTR). PMIs will be performed in accordance with manufacturer's instructions. E. CONTRACTOR SUBMITTALS: Within 15 calendar days after award date, the Contractor shall furnish two (2) copies of its Preventive Maintenance Procedure which will be used during the PM services of this contract. These procedures are required are by the Government as a condition of the facility's Joint Commission requirements. These copies must be received before any invoices can be certified for payment. F.PARTS: The Contractor shall furnish replacement parts meeting the original equipment manufacturer specifications, so that downtime requirements are met or exceeded. This Task Order includes 100% parts coverage. G.HARDWARE/SOFTWARE MAINTENANCE SERVICE: Shipment to customer of installable replacement parts on an exchange basis shall be sent by overnight delivery within two (2) working days at the Contractor's expense. If parts are not available within two (2) working days then alternative date of delivery must be approved by the Chief of Biomedical Engineering. Contractor's software products, which are designed by the Contractor for use with Siemens/Philips hardware product and properly installed on that hardware, shall be maintained by the Contractor to execute their programming instructions. For the duration of the contract period, Medical Data shall make available within 15 days of release to the government at no additional charge. All enhancements and updates to the product developed or otherwise acquired, provided that such enhancement are not packaged, priced, and sold separate from the product. The software maintenance agreement specifically excludes customer developed software, or software altered by the customer. The Contractor regularly configures a computer Network to operate their product. Reconfirmation, upgrading or changing the Network, requires Using Service Supervisor or Biomedical Engineering Department Approval. This agreement shall provide telephone consultation on the use or application of the system and includes fax, E-mail support, new software updates, manuals, and E-mail posting about our newest software available on our site. Response time for consultation shall be within four (4) hours from the time service request during regular business hours. ADP SECURITY: Protection of Computer Equipment, confidentiality of patient information, and the integrity of computer software/data at participating Medical Centers are essential. Software installed on each Personal Computer is copyrighted and copying of software for use elsewhere is prohibited. In the event of a possible security violation, the Medical Center's ADP Security Committee will investigate and recommend corrective action to the appropriate agency. H.REPORTING: For services to be performed during normal working hours, the Contractor shall report upon arrival to the Biomedical Engineering Department Bldg. 500 room 0261 at the Medical Center, to arrange all services. In addition to signing in, Contractor personnel shall identify himself to the COTR before proceeding to the job site. This check in is mandatory. After the work is completed, the Contractor is to submit in writing, complete report of service rendered to the Biomedical Engineering Dept. As a minimum, this report must be containing a detailed description of any service performed and any recommendations necessary to meet regulations. I.COMPETENCY OF PERSONNEL SERVICING EQUIPMENT: Each respondent must have an established business, with a full time staff. The staff includes a "full qualified" field service engineer (FSE) and a "fully qualified" FSE who will serve as the backup. J.CONFORMANCE STANDARDS: All work shall be performed and equipment shall function in conformance with all VA safety standards, manufacturer's/industry standards, the latest published edition of NFPA-99, FDA, OSHA, JC, and other applicable national standards. K.FEDERAL HOLIDAYS: Work to be accomplished during normal work hours, excluding Federal Holidays or any other holiday declared by the President of the United States as a national holiday. Whenever a scheduled pick-up falls on a federal holiday, the Contractor shall consult with the COTR to determine if a deviation from the work schedule is necessary. Listed below are the legal Government holidays. New Year's Day1 January Martin Luther King's BirthdayThird Monday in January President's DayThird Monday in February Memorial DayLast Monday in May Independence Day4 July Labor DayFirst Monday in September Columbus DaySecond Monday in October Veterans Day11 November Thanksgiving DayFourth Thursday in November Christmas Day25 December When a holiday falls on a Sunday, the following Monday will be observed as the legal holiday. When a holiday falls on a Saturday. The proceeding Friday is observed as the legal holiday by U.S. Government agencies. L.IDENTIFICATION, PARKING, SMOKING, AND VA REGULATIONS: The Contractor's personnel/FSE shall wear visible identification at all times while on the premises of the VA Greater Los Angeles Healthcare System. It is the responsibility of the Contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police Section. The VAMC will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Smoking is prohibited inside any buildings at the VAMC. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. M.CONTRACTOR WORKERS COMPENSATION AND INSURANCE: The Contractor is required to provide copies of proof of Worker's Compensation that complies with Federal and State Worker's Compensation and Occupational disease statues, and provide proof of General Liability Insurance, within 15 calendar days after notification of contract award. IN ACCORDANCE WITH FAR SUBPART 28.307-2, LIABILITY: Worker's compensation and employer's liability. Contractors are required to comply with applicable Federal and State worker's compensation and occupational disease status. If occupational diseases are not compensable under those statutes, they shall be covered under the employers' liability section of the insurance policy, except when contract operations are so commingled with contractors' commercial operations that it would not be practical to require this coverage. Employers' liability coverage of at least $ 100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. General liability. (1) The Contracting Officer shall require bodily injury liability insurance coverage written on the comprehensive form of policy of at least $ 500,000 per occurrence. (2) Property damage liability insurance shall be required only in special circumstances as determined by the agency. Point of Contact for vendors Interested in submitting a proposal is below. Joseph Mendoza Contract Specialist VISN 22 Network Logistics Office 4811 Airport Plaza Drive, Suite 600 Long Beach, CA 90815-1263 Email: Joseph.mendoza2@va.gov P: 562-766-2253 F: 562-961-1376
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26212I0690/listing.html)
 
Document(s)
Attachment
 
File Name: VA262-12-I-0690 VA262-12-I-0690.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=323412&FileName=VA262-12-I-0690-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=323412&FileName=VA262-12-I-0690-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02722770-W 20120418/120416234545-b69dc43006e24e9c259c9c7a6739256d (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.