Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2016 FBO #5494
DOCUMENT

J -- 526-17-1-041-0064 Daavlin - Attachment

Notice Date
12/6/2016
 
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
VA24217N0140
 
Archive Date
2/4/2017
 
Point of Contact
Desiree Flores
 
E-Mail Address
NY
 
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 (Maintenance and Repair for the Bronx VA Medical Center) The vendor will be responsible for, but not limited to: Background: 1. Title of Project Windows XP to Windows 7 upgrade of Daavlin Phototherapy device at James J. Peters VA Medical Center 2. Scope of Work: The contractor shall provide all resources (labor, equipment, tools, materials, preventive maintenance service, and parts) necessary to accomplish the deliverables described in this statement of work (SOW), except as may otherwise be specified. Equipment: Manufacturer: _Daavlin______ Device Name: Full body phototherapy unit _ ID#: _33219________ Model: III Series PC311-48_______ P3176-SNBPC-0048_______________ Service Reference# (if applicable) 3. Background: Explanation of issue: Using Service: Medical Sub-Specialty Description of Service: Phototherapy to treat skin disease using light. Is Patient Care Affected: Patient Care will not be affected as long as this upgrade is performed before 02/18/2016. After this day, the system will need to be shut down and no treatment can be performed. 4. Performance Period: Two calendar days to complete this repair Normal business hours: [Monday - Friday] from [7:00am to 6:00pm], excluding federal holidays. Federal holidays are: New Years Day Labor Day Martin Luther King Day Columbus Day President's Day Veterans Day Memorial Day Christmas Day Thanksgiving Day Independence Day And any other day specifically declared by the President of the United States to be a national holiday. Contractor Response Time: calendar days (24 hours/day) from date of award 5. Type of Contract: Contract Type: Firm fixed price 6. Additional Requirements: All service/repairs will be performed during normal business hours of coverage unless requested and approved by contracting office. The contractor must respond to the Biomedical Engineering Designee and/or COR with a phone call within [two (2) hours] [24 hours per day], after receipt of telephoned service call notification, by Contracting Officer (CO). If the problem cannot be corrected by Biomedical Engineering, the contractor shall commence work (on-site) within [24 hours] after receipt of initial service call notification and will proceed progressively to completion without undue delay. For example, a [24] hour response means, if a call is placed at [10:45am Monday], [September 9th], the contractor must start on-site service before [10:45 am Tuesday], [September 10th], except when repairs outside of normal business hours is authorized by the Contracting office. The contractor shall complete the work required under this SOW in calendar days or less from date of award, unless otherwise directed by the Contracting Officer (CO). If the contractor proposes an earlier completion date, and the Government accepts the contractor s proposal, the contractor s proposed completion date shall prevail. Reporting Requirements: The contractor shall be required to: Once the contractor arrives on site, they must be issued a temporary identification badge by the VA Police and Security. It must be worn at all times above the waist, in front, with the face of the card visible. Once issued a temporary identification badge, they are to report to the Biomedical Engineering Department to log in and sign the VA vendor sign-in sheet located on the outside door of the Biomedical Engineering Department. This check in is mandatory. The contractor will then be escorted by Biomedical Engineering personnel to the respective work site. When the service is completed, the Field Service Engineer (FSE) shall document services rendered on a legible Equipment Service Report (ESR). All ESRs shall be submitted to the equipment user for an "acceptance signature" and to the COR or Biomedical Engineering designee for an "authorization signature". If ESRs are available electronically, a signed authorized copy of the ESR will be sent to COR and Biomedical Engineering designee via email to the addresses identified above. Upon completion, the FSE shall be required to log out with Biomedical Engineering. Documentation: The contractor must provide documentation of services provided as described below: The documentation will include legible detailed descriptions of the services performed, including replaced parts and costs. Such documentation shall meet the guidelines as set forth in the Conformance Standards Section. All records and logs shall be turned over to the COR or Biomedical Engineering Designee at the completion of the work performed. The documentation at a minimum, shall document the following data legibly and in complete detail: A. Name of Contractor. B. Name of Field Service Engineer (FSE) who performed services. C. Contractor Service Number/Log Number. D. Date, Time (starting and ending), Equipment Downtime and Hours-On-Site for service call. E. Description of Problem Reported by COR/User. F. Identification of Equipment to be serviced: INV. ID#, Manufacturer's Name, Device, Model#, Serial#, and any other Manufacturer's ID# s. G. Itemized Description of Service Performed (including Costs associated with after normal working hour services, if applicable), including: Labor and Travel, Parts (with part#s) and Materials and Circuit Location of problem/corrective action. H. Total Cost to be billed. I. Signatures: 1. FSE performing services described. 2. Biomedical Engineering Employee who witnessed service described. J. Equipment downtime Failure to provide the COR with all required documentation, equipment service reports and/or logs will result in an automatic 10% deduction from the total payment due for repair services provided. In addition, if contractor repairs services are approved by the COR and performed after normal business hours, the contractor will leave any paperwork and sign in/out at the VA Police and Security office in the main lobby. The vendor/contractor will identify if removable media is required to perform their duties. Biomedical Engineering will ensure the contractor s removable media is scanned with anti-virus software running current virus definitions prior to connection to any medical device or facilities system. Any vendor/contractor with patient sensitive information that is imported into the removable media device for any reason must purge all patient sensitive information prior to departure from the facility. All parts supplied shall be compatible with existing equipment. The contractor shall use OEM new parts only. New parts shall be furnished by the contractor and guaranteed against defects and/or failure for a period of 1 year from the date of completed installation of the component. Used parts, shall not be installed without approval by the COR. Government property shall remain the property of the Government in all respects, including but not limited to hard drives; ePHI (electronic patient healthcare information), etc. Parts replaced become the property of the Government. The contractor shall take all reasonable precautions, as directed by the Government, or in the absence of such direction, in accordance with sound industrial practices, to safeguard and protect Government property. Repair parts must be sent to the attention of the COR to the following address, at no additional expense to the Government: James J. Peters VA Medical Center Biomedical Engineering, Room 6A05 130 West Kingsbridge Road Bronx, NY 10468 The contractor shall provide to the contracting officer and his/her designee with written proof that all gauging and measuring equipment used to check and calibrate the equipment has been calibrated according to the specifications of all applicable standards. If a vendor does not follow these procedures, they are subject to nonpayment of any of the services provided, at the discretion of the Contracting office. The North American Industry Classification Systems (NAICS) is 811219. Responses to this notice must be submitted in writing via email at desiree.flores@va.gov and must be received not later than December 9, 2016, 5:00 pm 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 desiree.flores@va.gov and received not later than December 9, 2016 5:00pm EST. All interested parties must respond to any related solicitation announcement separately from the responses to this announcement. Email: desiree.flores@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/VA24217N0140/listing.html)
 
Document(s)
Attachment
 
File Name: VA242-17-N-0140 VA242-17-N-0140.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3144209&FileName=VA242-17-N-0140-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3144209&FileName=VA242-17-N-0140-000.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: 130 West Kingsbridge Road;Bronx, NY
Zip Code: 10468
 
Record
SN04344477-W 20161208/161206235241-73a17748b4f243e062c90f7b562d42f7 (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.