Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 14, 2016 FBO #5347
DOCUMENT

J -- VARIAN LINEAR ACCELERATOR SERVICE CONTRACT - Attachment

Notice Date
7/12/2016
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24316N0751
 
Response Due
7/19/2016
 
Archive Date
9/17/2016
 
Point of Contact
Safa Shleiwet
 
E-Mail Address
safa.shleiwet@va.gov
(Safa.Shleiwet@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Please note that this is NOT a request for quotes or proposals, the Government is seeking information for market research purposes only. The Department of Veterans Affairs, VA James J. Peters VA medical center is currently conducting a market survey for qualified firms capable of providing "Linear Accelerator System: ARIA and ECLIPSE Software license and Support for Northport VA Medical Center)" The vendor will be responsible for, but not limited to: Service contract on government owned Varian linear accelerator including ARIA and ECLIPSE systems. 1.Varian medical systems linear accelerator system, model CLINAC IX, and associated treatment planning system manufacturer's site ID #H293437. Perform all mandatory safety and reliability recalls and modifications; full coverage for on-site emergency service with a 97% uptime performance guarantee. include all original equipment manufacturer parts including all glass parts, vacuum parts, X-RAY Tubes, imaging panels and all labor and hipping. 2.ECLIPSE and ARIA Software support; including upgrade releases, Installation and training. Coverage includes all mandatory and safety and reliability modifications. Perform all modifications and changes to existing and working interfaces that is required due to a software update or upgrade. Provide on-site emergency and field service support for the covered equipment. Provide unlimited clinical and technical product support for the covered equipment over telephone and e-mail. ARIA and Eclipse Software Support Agreements: Contractor will provide the following services for Covered products during the Software Support Agreement period. - Upgrade releases - Maintenance releases - Installation and training associated with Upgrades and Maintenance Releases - Annual refresher training - Help Desk telephone support - Remote software support - On-site software support - Hardware support - Support for software interfaces Upgrade and Maintenance releases: The Software Support Agreement provides Upgrades to all existing software licenses and maintenance releases including associated labor and applications training, as software license Upgrades and maintenance releases become available. Installation and Training associated with Upgrades: The Software Support Agreement includes standard installation and training associated with any software license upgrade. The training following an Upgrade will be delivered via the Internet, through multi-media (e.g. DVD), or on-site. Annual refresher training: Annual Refresher Training will be provided in any year that a software upgrade is not released. Contractor will provide Refresher Training via the Internet, through multi-media (e.g. DVD), or on-site. On-Site Annual Refresher Training is limited to one training event per year, and unused training credits do not roll over. The number of Annual Refresher Training days is identified elsewhere. Contacting the Customer Support Center: (Help Desk and Dispatch): Contractor shall provide clinical and technical support for products covered under the support agreement. The contractor shall employ clinically trained therapists, physicists, and dosimetrists to support clinical and technical product- and process-based questions; The Service Help Desk (dispatch) shall initiate service calls to address technical issues/concerns. Remote software support: Contractor shall provide remote diagnostic and repair support during normal business hours via VPN if available, for all products covered under the Software Support Agreement. This provides secure access over the Internet to software systems for the purpose of remote monitoring, problem solving, and software Upgrades. On-site software support: Contractor shall provide basic software support during normal business hours for software installed by the contractor, including on-site support, for products covered under the Software Support Agreement. Hardware support: Contractor shall provide basic on-site and telephone support during normal business hours for the computer workstations purchased from the contractor and on the covered software installed by the contractor and subject to the terms and conditions of the hardware manufacturer. New License Purchasable options: Contractor will provide same options for the covered software during the Software Support Agreement and any new license or additional multi-user licenses Purchase Options, when applicable. Purchase of new licenses and/or "Purchase Options" will result in a corresponding increment in the price of the Software Support Agreement. Classroom and on-site training: The VA will receive all education courses and any additional on-site training provided by the contractor for software products under the Software Support Agreement. Interface Support: Coverage includes all IT-Network support for software interfaces to the LINAC, Simulator, and DICOM covered under this Software Support Agreement. Annual Refresher Training: 1 Day ARIA and 1 Day Eclipse Annual Refresher Training will be provided by contractor in any year that a software upgrade is not released. Contractor will provide Refresher Training via the Internet, through multi-media (e.g. DVD), or on-site, as specified by the contractor. On-Site Annual Refresher Training is limited to one training event per year, and unused training credits do not roll over. During years that a software upgrade is released, the upgrade training will be applied the available number of Annual Refresher Days. Should the upgrade require addition days beyond those available it will be provided at no additional charge. SERVICE MANUALS AND DIAGNOSTIC SOFTWARE: The VAMC shall not provide service manuals or service diagnostic software to the contractor. The contractor shall obtain, have on file, and make available to its FSE's all operational and technical documentation, (such as; operational and service manuals, schematics, and parts list), as well as diagnostic software, which shall be necessary to meet the performance requirements of this contract. The North American Industry Classification Systems (NAICS) is 811219 Responses to this notice must be submitted in writing via email at safa.shleiwet@va.gov and must be received not later than July 19, 2016, 10:00 am EST. No telephone inquiries will be accepted. Interested firms should also add their information to the interested vendors list for this announcement at www.fbo.gov. The purpose of this notice is to gain knowledge of potential qualified sources and their size classification//socioeconomic status (service-disabled veteran owned small business, veteran owned small business, HUB Zone, 8(a), small business or large business), relative to NAICS 811219. Responses to this notice will be used by the Government to make appropriate acquisition decisions. Responses to this notice should include company/individual name, a service capability statement, examples of similar facilities for which you have provided services to, DUNS number, address, point of contact and social-economic category (ex: SBVOSB, VOSB, 8(a), HUBZone, WOSB, EDWOSB, Small Business). If your firm is a Service-Disabled Veteran Owned or Veteran Owned Small Business, you must be CERTIFIED in VetBiz (see internet site: http://vip.vetbiz.gov). Contractor must be registered in System for Award Management (SAM), formerly CCR (see internet site: http://www.sam.gov). Responses to this notice must be submitted in writing via email at safa.shleiwet@va.gov and received not later than July 19, 2016, 10:00 am EST. All interested parties must respond to any related solicitation announcement separately from the responses to this announcement. Email: safa.shleiwet@va.gov No telephone inquiries will be accepted. Interested firms should also add their information to the interested vendors list for this announcement at www.fbo.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24316N0751/listing.html)
 
Document(s)
Attachment
 
File Name: VA243-16-N-0751 VA243-16-N-0751.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2865602&FileName=VA243-16-N-0751-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2865602&FileName=VA243-16-N-0751-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04179813-W 20160714/160712235322-fa21512b09e3678030ff83121bcb68f5 (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.