Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 25, 2019 FBO #6484
SPECIAL NOTICE

J -- INTENT TO SOLE SOURCE Service Siemens Somatom CT System

Notice Date
8/23/2019
 
Notice Type
Synopsis
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
 
ZIP Code
53214-1476
 
Solicitation Number
36C25219Q0906
 
Archive Date
9/22/2019
 
Point of Contact
Lori Eastmead
 
Small Business Set-Aside
N/A
 
Description
The Great Lakes Acquisition Center (GLAC) intends to negotiate a sole source contract with Siemens Medical Solutions USA, Inc., for full maintenance service, emergency repairs, preventive maintenance, and remote service for the Somatom Definition Edge System located at the Oscar G. Johnson, VA Medical Center, Iron Mountain Michigan. Siemens Medical Solutions USA, Inc., is the only vendor capable of providing remote login service and has access to their proprietary software platforms. This procurement is being conducted in accordance with FAR 12 & 13 Single Source Award Justification for Simplified Acquisitions Procedure and no other vendor will satisfy agency requirements. This notice of intent is not a request for competitive quotes. No solicitation documents are available and telephone requests will not be accepted. However, any firm that believes it can meet these requirements may give written notification to the Contracting Officer by 10:00 AM (CST) August 28, 2019. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the above requirements. Information must be sent to the Contracting Officer, Lori.Eastmead@va.gov. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. Responses received will be evaluated however; a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. If no responses are received, the Contracting Office will proceed with the sole source negotiation with Siemens. STATEMENT OF WORK/SPECIFICATIONS 1. GENERAL Provide labor, materials, parts, tools and equipment necessary to provide a full-service maintenance and emergency repairs of the Siemens equipment outlined in the Delivery Schedule. Services shall be provided for the following location: Oscar G Johnson VAMC 325 East H Street Iron Mountain, MI 49801 2. CONFORMANCE STANDARDS Contract service shall ensure that the equipment functions in conformance with the latest published edition of applicable industry standards, including but not limited to the NEC, NFPA-99, UL, OSHA, VA, CDRH, Federal, State, and local codes. Equipment defined herein shall be maintained in accordance with Siemens technical standards/specifications. Preventive Maintenance inspection/repair procedures shall be in accordance with the manufacturer's specifications and schedule for PM's. 3. OPERATIONAL UPTIME REQUIREMENTS The equipment shall be operable and available for use 95% of the normal operating hours of the equipment as detailed in Paragraph 4, HOURS OF COVERAGE. Downtime will be computed from notification of problem during normal work hours. Scheduled maintenance will be excluded from downtime. Normal work hours are listed below Monday thru Friday, excluding national holidays. Operational Uptime will be computed during a month- long time period. Repeated failure to meet this requirement can subject the contractor to DEFAULT action. 4. HOURS OF COVERAGE: A. Normal hours of coverage are Monday through Friday from 8:00 am to 5:00 pm CST. All service/repairs will be performed during normal hours of coverage unless requested or approved by the Contracting Officer (CO) or Contracting Officer s Representative (COR) or their designee upon prior notification to the CO. B. Preventive maintenance will be performed at least semi-annually, but more often if it is required to keep equipment operating to original manufacturer specifications. Preventive maintenance will be scheduled with the COR at a mutually agreeable time during contract coverage hours. C. IF SERVICES ARE REQUIRED AFTER HOURS, THE CONTRACTOR WILL BE REQUIRED TO PROVIDE A WRITTEN OFFER PRIOR TO ANY SERVICES BEING PERFORMED FOR APPROVAL BY THE CONTRACTING OFFICER. NOTE: Hardware/software update/upgrade installations will be scheduled and performed outside normal hours of coverage at no additional charge to the Government (unless it would be detrimental to equipment up-time; to be determined by the COR). D. Federal Holidays observed by the VA are: New Years' Day Labor Day Martin Luther King Day Columbus Day Presidents' Day Veterans' Day Memorial Day Thanksgiving Day Independence Day Christmas Day 5. UNSCHEDULED MAINTENANCE (Emergency Repair Service) Contractor shall maintain the equipment in accordance with the Conformance Standards Section.   The Contractor will provide repair service in accordance with Siemens technical specifications. All required software and parts shall be furnished.   B. The CO, COR or designated alternate has the authority to approve/request a service call from the Contractor. C. Response Time: Contractor's FSE must respond with a phone call to the COR or his/her designee within one (1) hour and onsite response within eight (8) hours. 6. SCHEDULED MAINTENANCE A. The Contractor shall perform PM service to ensure that equipment listed in the schedule performs in accordance with the Conformance Standards and Siemens technical specifications. The Contractor shall provide and utilize procedures and checklists with worksheet originals indicating work performed and actual values obtained (as applicable) provided to the COR at the completion of the PM. The Contractor shall provide written description of Preventive Maintenance Inspections (PMI). This description shall include an itemized list of the procedures performed, including electrical safety. PM services shall follow all steps outlined in the Siemens technical service manual. B. PM services shall be performed in accordance with, and during the hours defined in, the preventive maintenance schedule established herein. All exceptions to the PM schedule shall be arranged and approved in advance with the COR. C. Any charges for parts, services, manuals, tools, or software required to successfully complete scheduled PM are included within this contract, and it s agreed upon price, unless specifically stated in writing otherwise. 7. PARTS The Contractor shall furnish and replace parts to meet uptime requirements. Parts shall be ordered by 6pm CST and delivery shall be next day. The Contractor has ready access to all parts, including unique and/or high mortality replacement parts. All parts supplied shall be compatible with existing equipment. The contract shall include all parts. The Contractor shall use new or rebuilt 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. Rebuilt parts, used parts or those removed from another piece of equipment shall not be installed without specific approval by the CO or the COR. Should the VA choose to provide their own parts that meet specifications, Contractor shall install these parts as part of this contract. 8. SERVICE MANUALS/TOOLS/EQUIPMENT The VA shall not provide tools, test equipment, service manuals or service diagnostic software to the Contractor. The Contractor shall obtain, have on file, and make available to its FSEs all Siemens operational and technical documentation (such as; operational and service manuals, schematics, and parts list) which are necessary to meet the performance requirements of this contract. The location and listing of the service data manuals, by name and/or the manuals themselves shall be provided to the CO upon request. 9. DOCUMENTATION/REPORTS The documentation will include detailed descriptions of the scheduled and unscheduled maintenance (i.e., emergency repairs) procedures performed, including replaced parts and prices (for outside normal working hour services) required to maintain the equipment in accordance with {conformance standards or the manufacturer's specifications}. Such documentation shall meet the guidelines as set forth in the {conformance standards section}. The ESR will consist of a separate PM report for the item(s) covered under the "specific" contract. Grouping different equipment from different contracts on "one" ESR is prohibited. In addition, each ESR must, at a minimum, document the following data legibly and in complete detail: A. Name of Contractor and contract number. B. Name of FSE who performed services. C. Contractor service ESR number/log number. D. Date, time (starting and ending), equipment downtime and hours on-site for service call. E. VA purchase order number(s) covering the call if outside normal working hours. F. Description of problem reported by COR/user (if applicable). G. Identification of equipment to be serviced: Invoice number, manufacturer's name, device name, model number, serial number, and any other manufacturer's identification numbers. H. Itemized Description of Service Performed (including, if applicable, costs associated with after normal working hour services) including: Labor and Travel, Parts (with part numbers) and Materials and Circuit Location of problem/corrective action. I. Total Cost to be billed (If Applicable --i.e., part(s) not covered or service rendered after normal hours of coverage). J. Signatures: 1. FSE performing services described. 2. VA Employee who witnessed service described. NOTE: ANY ADDITIONAL CHARGES CLAIMED MUST BE APPROVED BY THE COR BEFORE SERVICE IS COMPLETED! FOOTNOTE: The Contractor may design/develop an ESR report form that incorporates the above MINIMUM criteria. The form should be on standard 8 1/2 x 11 paper and MUST BE APPROVED BY the CO or COR prior to use and implementation. 10. REPORTING REQUIREMENTS The Contractor shall be required to first check in with VA Police and obtain a visitor s badge, then report to Biomedical Engineering. This check in is mandatory. When the service is completed, the FSE shall document services rendered on a legible ESR(s). The FSE shall be required to check out with Biomedical Engineering, submit the ESR(s) to designated Biomedical Engineering individuals, and check out with VA Police. CORACTOR: Provide the telephone number(s) of your Service Department and contact person: Oscar G Johnson VAMC, Iron Mountain, MI Phone: ___________________________________ Contact Person: ____________________________ 11. PAYMENT Invoices will be paid in arrears on a monthly basis in accordance with instructions provided within this contract. Invoices, MUST INCLUDE, at a minimum, the following information: Contract no., Purchase Order No., Item(s) covered (to include serial #'s) by the PMI and covered period of service. 12. ADDITIONAL CHARGES There will be no additional charge for time spent at the site (during, or after the normal hours of coverage) awaiting the arrival of additional FSE and/or delivery of parts. 13. REPORTING REQUIRED SERVICES BEYOND THE CONTRACT SCOPE The Contractor shall immediately, but no later than 24 (twenty-four) consecutive hours after discovery, notify the CO and COR (in writing) of the existence or the development of any defects in, or repairs required, to the scheduled equipment which the Contractor considers he/she is not responsible for under the terms of the contract. The Contractor shall furnish the CO and COR with a written estimate of the cost to make necessary repairs. 14. CONDITION OF EQUIPMENT The Contractor accepts responsibility for the equipment described in Paragraph 1 in "as is" condition. Failure to inspect the equipment prior to contract award will not relieve the Contractor from performance of the requirements of this contract. 15. COMPETENCY OF PERSONNEL SERVICING EQUIPMENT A. Each respondent must have an established business, with an office and full time staff. The staff includes a "fully qualified" FSE and a "fully qualified" FSE who will serve as the backup. B. "Fully Qualified" is based upon training and on experience in the field. For training, the FSE(s) has successfully completed a formalized training program, for the equipment identified in the herein. For field experience, the FSE(s) has a minimum of two years of experience (except for equipment newly on the market) with respect to scheduled and unscheduled preventive and remedial maintenance, on equipment identified in Paragraph I. The FSE physically accomplishing the work shall be trained by Siemens. Siemens training certificates for each item listed in the Delivery Schedule shall be submitted as a condition of contract award. C. The FSEs shall be authorized by the Contractor to perform the maintenance services. All work shall be performed by "Fully Qualified" competent FSEs. The Contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSEs for each make and model the Contractor services at the VA. The CO may authenticate the training requirements, request training certificates or credentials from the Contractor at any time for any personnel who are servicing or installing any VA equipment. The CO and/or COR specifically reserve the right to reject any of the Contractor's personnel and refuse them permission to work on the VA equipment. D. If subcontractor(s) are used, they must be approved by the CO; the Contractor shall submit any proposed change in subcontractor(s) to the CO for approval/disapproval. 16. TEST EQUIPMENT Prior to commencement of work on this contract, the Contractor shall provide the VA with a copy of the current calibration certification of all test equipment which is to be used by the Contractor on VA equipment. This certification shall also be provided on a periodic basis when requested by the VA. Test equipment calibration shall be traceable to a national standard. 17. IDENTIFICATION, PARKING, SMOKING, AND VA REGULATIONS The Contractor's FSEs shall wear visible identification at all times while on the premises of the VA. 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 VA will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Smoking is prohibited inside any buildings at the VA. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to 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. 18. INSURANCE A. Worker compensation and employer's liability. Contractors are required to comply with applicable Federal and State Worker Compensation and occupational disease statutes. B. General Liability. Contractors are required to have Bodily Injury Liability Insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. C. Property Damage Liability. Contractors are required to have Property Damage Liability insurance coverage of at least $500,000. 19. DEFINITIONS/ACRONYMS A. Biomedical Engineer(ing) - Supervisor or designee. B. CO - Contracting Officer C. COR - Contracting Officer's Technical Representative D. PM - Preventive Maintenance Inspection. Services which are periodic in nature and are required to maintain the equipment in such condition that it may be operated in accordance with its intended design and functional capacity with minimal incidence of malfunction or inoperative conditions. E. FSE - Field Service Engineer. A person who is authorized by the contractor to perform maintenance (corrective and/or preventive) services on the VA premises. F. ESR - Vendor Engineering Service Report. A documentation of the services rendered for each incidence of work performance under the terms and conditions of the contract. G. Acceptance Signature - VA employee who is authorized to sign-off on the ESR which indicates that the PM has been concluded or is still pending completion, or that the Emergency Repair has been accomplished or is still in a pending status. H. Authorization Signature - COR's signature; indicates COR accepts work status as stated in ESR. I. NFPA - National Fire Protection Association. J. CDRH - Center for Devices and Radiological Health. K. VAMC - Department of Veterans Affairs Medical Center L. VA - Department of Veterans Affairs 20. DELIVERY SCHEDULE System Name System ID Service Coverage SOMATOM Definition Edge 400-596238 Smart Remote Services   teamplay Basic No Large Display Monitor Coverage CT Detector Coverage Safety Checks Planned Maintenance Quality Assurance Updates Technical Phone Support Labor Travel Application Hotline Phone Support LifeNet Access syngo Remote Assist Hotline Support Enhanced Virtual Learning Sub (1 each) General Spare Parts Coverage No Consumable Coverage No Evolve Coverage (Operating Systems/hardware upgrades) 100,000 scansec tube coverage       Ysio MAX 400-429576 teamplay Basic   Smart Remote Services Safety Checks Planned Maintenance Quality Assurance Updates Technical Phone Support Labor Travel LifeNet Access Application Hotline Phone Support Enhanced Virtual Learning Sub (1 each) General Spare Parts Coverage No Consumable Coverage Wallstand Fixed FD Coverage WF (1 each) Mobile FD Coverage WFD + $5000 deductible (1 each) Tube coverage       Artis zee Multipurpose 400-494022 No Flat Detector Coverage   No X-Ray Tube Coverage Smart Remote Services teamplay Basic Safety Checks Planned Maintenance Quality Assurance Updates Technical Phone Support Labor Travel LifeNet Access Application Hotline Phone Support General Spare Parts Coverage No Consumable Coverage No Large Display Monitor Coverage Siemens Virus Protection SELECT NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (23-AUG-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/36C25219Q0906/listing.html)
 
Record
SN05416364-F 20190825/190823230027 (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.