Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2014 FBO #4612
DOCUMENT

J -- Service contract for Fuji CR plate reader for Radiology - Attachment

Notice Date
7/9/2014
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
 
ZIP Code
98662
 
Solicitation Number
VA26014I0891
 
Response Due
7/16/2014
 
Archive Date
10/14/2014
 
Point of Contact
Dean Umathum
 
E-Mail Address
dean.umathum@va.gov
(Dean.Umathum@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE for market research purposes only to determine the availability of potential businesses with capabilities to provide the services described below. Potential offerors are invited to provide feedback via e-mail to Dean Umathum at dean.umathum@va.gov. Responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. The intended contract period is a one-year base period plus (4) four one-year option periods. Potential contractors shall provide, at a minimum, the following information to Dean Umathum at Dean.Umathum@va.gov. 1) Company name, address, point of contact, phone number, e-mail address, and DUNS. 2) Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. Anticipated North American Industry Classification System (NAICS) code is 811219 - Other electronic and precision equipment repair and maintenance; the largest a firm can be and still qualify as a small business for Federal Government programs is no larger than $19.0 Million. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HUBZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Other (please specify) 3) What types of information is needed to submit accurate offers? (I.E. number of TV's, required channels, etc.) 4) Comment on any current or potential technical, cost, schedule, or performance risks that you would like to make the Government aware of that concern the draft SOW below. (i.e., problems or any other issues experienced with similar contracts). Include comments on the Draft SOW. 5) How is the service, as described in the draft SOW typically priced? How could it be priced for a Government contract? 6) Provide a brief capability statement (Max 2 pages) with enough information to determine if your company can meet the requirement. The Capabilities Statement for this sources sought is not expected to be a Request for Quotations, Request for Proposals or Invitation for Bids, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company's ability to provide the services outlined in the draft SOW below. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. Submission of capabilities statement will assist our office in tailoring the requirement to be consistent with industry standards. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business (SB) Community or to conduct as an Unrestricted Procurement. Other than small businesses may respond to this notice in the event the market does not indicate SB interest. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. 7) Place of performance Walla Walla VAMC 77 Wainwright Drive Walla Walla, WA 99362 The DRAFT SOW as follows. Thank you for your participation. STATEMENT OF WORK (SOW) as of 5 May 2014 2. Contract Title. Service and Maintenance agreement to support Fuji CR plate reader system. 3. Background. Service and Maintenance agreement to support Fuji CR plate reader system consisting of two Xg3000 Serial numbers 76524134 and 17150853 and a Smart CR serial number 36526113B system along with their associated PC interfaces. 4. Scope. Service and Maintenance agreement to support Fuji CR plate reader system consisting of two Xg3000 Serial numbers 76524134 and 17150853 and a Smart CR serial number 36526113B system along with their associated PC interfaces. 5. Specific Tasks. " First call service support maintenance including any parts for repair and or schedule replaceable parts "Software updates "On site service repair "Telephone support "1 annual PM for each system "Must be factory authorized to maintain this system 6. Performance Monitoring Biomedical engineering will monitor the performance of this contract. 7. Security Requirements This system does have patient information on it and thus, will require necessary security procedures. 8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). None 9. Other Pertinent Information or Special Considerations. Vendor will schedule PM inspections through the point of contact in Biomedical Engineering. Physical access to the equipment will be limited and arrangements made for access to the equipment prior to the maintenance provider coming on site. If the work is performed is located in any sensitive area than the vendor will be accompanied by VA personnel that are authorized for that area and be observed during the course of that action. Any patient information that may be viewable in that area will be considered confidential and will not be exposed in any way by the contractor to any use other than for official VA approved uses. No patient information will be taken off site. All USB and other removable media that may have patient information on it and that does not erase when turned off will be considered to be the property of the VA and will be left on site. Any USB removable media that is to be used by the vendor for any other reason will be scanned by Biomedical for any viruses prior to use. In addition the maintenance provider will be required to check into the biomedical, Facilities support or police departments once on site to receive a contracting vendor ID badge. 10. Risk Control None 11. Place of Performance. This system is located at the main Walla Walla Campus in building 86 radiology departments. 12. Period of Performance. This contract is to run from 10/1/2014 through 9/30/2015 with multiple renewal year options. 13. Delivery Schedule. "NA
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1280229bdf549fcae95865ad94d0cfa7)
 
Document(s)
Attachment
 
File Name: VA260-14-I-0891 VA260-14-I-0891.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1483463&FileName=VA260-14-I-0891-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1483463&FileName=VA260-14-I-0891-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Walla Walla VAMC;4815 N Assembly St.;Spokane, WA
Zip Code: 99205
 
Record
SN03419149-W 20140711/140710022955-1280229bdf549fcae95865ad94d0cfa7 (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.