J065--Canon Ultra-sound Imaging Maintenance Services for the Salt Lake City VA Health Care System

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Federal
Type of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Posted: Apr 30, 2024
Due: Apr 30, 2024
Solicitation No: 36C25924Q0345
Publication URL: To access bid details, please log in.
Follow
J065--Canon Ultra-sound Imaging Maintenance Services for the Salt Lake City VA Health Care System
Active
Contract Opportunity
Notice ID
36C25924Q0345
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
NETWORK CONTRACT OFFICE 19 (36C259)
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Apr 30, 2024 12:54 pm MDT
  • Original Response Date: Apr 30, 2024 12:00 pm MDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 30, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J065 - MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
Description
In accordance with FAR 6.302-5, this Notice of Intent is to inform all parties the Department of Veterans Affairs, Network Contracting Office (NCO) 19 located at 6162 South Willow Drive Suite 300, Greenwood Village, CO 80111 intends to award under a Firm Fixed Price contract as a sole source procurement for the following requirement to a Large Business, Canon Medical Systems USA, Inc, 2441 Michelle DR, Tustin, California 92780:
Canon Medical Systems USA, Inc is the OEM and the sole authorized maintenance servicer and replacement repair parts provider for the proprietary Canon Radiology & Imaging Systems and probes accessories based on the market research.
Equipment List:
QTY: 8, Canon Aplio I900 Ultrasound Systems
Probes:
QTY: 1, PC-50M.010 (TRANSDUCER,PENCIL,5.0MHZ)
QTY: 1, PEI-512VX.010 (UL PLATINUM PLUS TRANSDUCER, ADULT 3D TEE MATRIX (PP))
QTY: 1, PSI-30BX/FS.010 (2D MATRIX ADULT CARDIAC TRANSDUCER (I6SX1))
QTY: 1, PSI-30VX/FS.010 (UL PLATINUM TRANSDUCER, 3D ADULT ECHO MATRIX (PL))
QTY: 1 Per System, PC-20M.010 (TRANSDUCER,CW PENCIL,2.0MHZ)
QTY: 1 Per System, PEI-512VX.010 (UL PLATINUM PLUS TRANSDUCER, ADULT 3D TEE MATRIX (PP))
QTY: 1 Per System, PLI-705BX/FS.010 (MULTI FREQUENCY LINEAR ARRAY TRANSDUCER (11LX3))
QTY: 1 Per System, PSI-30BX/FS.010 (2D MATRIX ADULT CARDIAC TRANSDUCER (I6SX1))
QTY: 1 Per System, PSI-30VX/FS.010 (UL PLATINUM TRANSDUCER, 3D ADULT ECHO MATRIX (PL))

VA Location:
Salt Lake City VA Health Care System
George E. Wahlen VA Medical Center
500 Foothill Drive
Salt Lake City, UT 84148

The OEM: Canon Medical Systems USA, Inc maintenance services that are to be provided by Canon Medical Systems USA, Inc are:
Planned Maintenance Service, as specified by Canon. Customer will provide Canon service personnel with full access at the agreed upon time. Otherwise, any makeup service will be separately billed by Canon to Customer at Canon s applicable hourly rate then in effect, including round trip travel.
b. Routine System Calibration Tests, as specified by Canon. Customer will perform normal operator adjustments specified in the Equipment Operation Manual.
c. Remedial Maintenance Labor required to maintain the system at manufacturer s specifications during Covered Hours specified on the face of this document. Labor requested outside of the Covered Hours will be billed at Canon s applicable hourly rate then in effect.
d. Quality Assurance Evaluations, as specified by Canon. Canon will routinely perform quality assurance evaluations in order to assure optimum performance. Customer will provide Canon service personnel full access for such purposes at times mutually agreed to in advance. If applicable, Customer will run simplified Quality Assurance tests utilizing the Canon Gateway Program remote diagnostics.
e. Replacement of Parts, at Canon s cost, which fail during the term of this Agreement with the exception of the parts specified on the face of this document. Parts that are cosmetic in nature or expendable will be replaced at Customer s cost, including items such as patient pads, head cushions, and acrylic parts. Replaced parts will become the property of Canon. Parts replaced may be refurbished.
g. Travel and Living Expenses Incurred by Canon s Customer Engineers during Covered Hours.
h. Uptime Guarantee of 98% Uptime guarantees are measured based on covered hours, excluding Federal recognized holidays. Uptime will be calculated using the following formula: Uptime = (Base Time Downtime) / Base Time
i. Coverage and Preventive Maintenance Hours: Monday Friday, 8:00am 5:00pm MDT, excluding Federal holidays
Response Times:
Standard 30-minute phone response
Standard 4-hour on-site response

SOFTWARE. All rights and interest in any software that may be furnished under this Agreement, and any updates and enhancements to it, will remain the property of Canon. Such software is being furnished to Customer under a nonexclusive license. Customer will not decompile, modify, copy, reproduce, or transcribe the software, nor allow third parties to use the same without Canon s prior written consent. Upon Canon s request, Customer will execute a software license contract, in a form designated by Canon.
The associated North America Classification Systems (NAICS) Code is 811210 and the Business Size Standard is $34 Million.
THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. Interested parties may identify their interest and capability to respond to this requirement no later than 12:00 PM Mountain Standard Time, Wednesday, April 30th, 2024. Information received in response to this notice must clearly demonstrate the capability of meeting the Government s need as stated above. Include any relevant information (specifications, cut sheets, brochures, capability statement, etc.) confirming the ability to supply the products and/or any services outlined in this notice. Responses to this notice are to be sent to John.Cheng2@va.gov.
A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. The Government is not responsible for any potential costs incurred from interested parties desiring to respond to this notice.
Attachments/Links
Contact Information
Contracting Office Address
  • 6162 S WILLOW DR SUITE 300
  • Greenwood Village , CO 80111
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 30, 2024 12:54 pm MDTSpecial Notice (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...Follow Unigrid Brochure Artwork Active Contract Opportunity Notice ID 140P2124Q0117 Related Notice... National ...

INTERIOR, DEPARTMENT OF THE

Bid Due: 6/05/2024

...Ship Delivery Date Enter Quote 524080 Southeast Region 5/16/2024 11:00 AM 05/15/2024 Pamphlets ...

U.S. Government Publishing Office

Bid Due: 5/16/2024

...proposal, the information detailed in the NAVSUP Source Approval Information Brochure for SPARES.... ...

DEPT OF DEFENSE

Bid Due: 6/11/2024

..., the information detailed in the NAVSUP Source Approval Information Brochure for SPARES. ...

Federal Agency

Bid Due: 6/11/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.