Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 01, 2014 FBO #4725
DOCUMENT

J -- NUCLEAR MEDICINE CAMERA MAINTENANCE AND REPAIR SERVICES – SIEMENS “SYMBIA S” SYSTEM - Attachment

Notice Date
10/30/2014
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street;Leavenworth KS 66048
 
ZIP Code
66048
 
Solicitation Number
VA25515Q0105
 
Response Due
11/7/2014
 
Archive Date
12/7/2014
 
Point of Contact
Larry A Buell
 
E-Mail Address
6-1961<br
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A SOLICITATION. This is a Request for Information (RFI)/Sources Sought notice issued in accordance with FAR 15.201(e) to conduct market research. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue a RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. The Department of Veterans Affairs (VA) is not, at this time, seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested vendor's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. Any information submitted by respondents to this RFI is strictly voluntary. All submissions become Government property and will not be returned. This announcement is based upon the best information available and is subject to future modification. OVERVIEW: The Department of Veterans Affairs, Network Contracting Office (NCO) 15, has a requirement to obtain on-site NUCLEAR MEDICINE CAMERA MAINTENANCE AND REPAIR SERVICES - SIEMENS "SYMBIA S" SYSTEM for the Poplar Bluff MO VA Medical Center. It is anticipated that a firm-fixed-price base one (1) year contract with up to four (4) one (1) year option years will be awarded. NAICS 811219 - Medical and surgical equipment repair and maintenance services, and small business size standard $20.5m are applicable to the required services. SERVICES TO BE PROVIDED: The Contractor shall supply all labor, travel, materials, equipment, tools, supervision, any and all incidentals to complete on-site full service planned maintenance and repair of the equipment and the accessories attached to the Siemens brand Symbia S model 08717741 Single Photon Emission Computed Tomography (SPECT) system including a Systium Tech brand model 545 tower computer and a Viewsonic brand model VP950B LCD monitor. 1.The contractor must be able to provide coverage 24 hours/day, 5 days/week excluding weekends and all Federal holidays. 2.The contractor will be required to perform one (1) annual preventive maintenance inspection on the system. 3.The contractor's must be able to respond with a phone call within one (1) hour after receipt of telephoned notification. A qualified technician must respond on-site a maximum of eight (8) business hours after of the initial request for service. 4.The VA will require all equipment to meet a minimum 95% uptime for the period of performance on a 24 hours basis 5.The contractor must use only new Original Equipment Manufacturer (OEM) or OEM approved 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. QUALIFICATIONS: All work shall be performed by "Fully Qualified" competent Field Service Engineers (FSE). "Fully Qualified" is based upon training and experience in the field. For training, the FSE(s) must have successfully completed a formal OEM Certified (or equivalent) training program for all equipment, and any required refreshers, to be maintained and all equipment to be utilized in the performance of the contract. For field experience, the FSE(s) must have a minimum of two years of experience in the installation, calibration, maintenance and repair of the specific equipment SPECIFIC RESPONSE INSTRUCTIONS: Please submit your response (capability statement) in accordance with the following: 1.Please provide a name, email address and phone number of the appropriate representative of your company; 2.A short description of your company's capability of furnishing the services listed above; 3.Indicate whether your company, subcontractors, teaming partners, joint ventures have a Federal Socio-Economic status, e.g., Small Business, Service-Disabled Veteran Owned Small Business, Veteran Owned Small Business, Woman-Owned Small Business, Disadvantaged Small Business, and Hub Zone. Submit your response via email to larry.buell@va.gov; Submit your response by 4:00 P.M. Central Time on November 7, 2014;
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25515Q0105/listing.html)
 
Document(s)
Attachment
 
File Name: VA255-15-Q-0105 VA255-15-Q-0105.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1706906&FileName=VA255-15-Q-0105-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1706906&FileName=VA255-15-Q-0105-000.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: Dept. of Veterans Affairs;John J Pershing VA Medical Center;1500 N Westwood Blvs.;Poplar Bluff MO
Zip Code: 63901-3318
 
Record
SN03561807-W 20141101/141030235700-86ee4813921a95e98b75c90f46539f87 (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.