Description
This notice is being published in accordance with Federal Acquisition Regulation (FAR) Part 5.101(a)(2) requiring the dissemination of information on proposed contract actions. This is a
notice of intent to award a sole-source contract pursuant to 10 U.S.C 2304 (C)(1), as implemented by FAR 6.302-1(a)(2) and 6.301-1(c), only one responsible source and no other supplies or
services will satisfy agency requirements, and brand-name descriptions. The Department of Veterans Affairs Medical Center located at 1400 VFW Parkway West Roxbury MA 02132-4927 has a
requirement for a Epredia (Thermo Fisher) Revos Tissue Processor Service Contracts. The Government intends to award a firm-fixed-price sole source contract. A determination by the
Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. this notice of intent is not a request for
competitive proposals. This is a written notice to inform the public of the Governments intent to award on a sole source basis. Interested parties may identify their interest and
capability to respond to the requirement. Any response to this notice must show clear and convincing evidence that competition will be advantageous to the Government. Please contact
Manasés Cabrera, Contracting Specialist with the responses or questions regarding this requirement at manases.cabrera@va.gov. No telephone calls please. This notice will close on
January 16th, 2023, at 2:00 PM Eastern Standard Time (EST) STATEMENT OF WORK FOR SERVICE AND SUPPORT OF Epredia (Thermo Fisher) Revos Tissue Processor Service Contract BACKGROUND Boston
VA Medical Center uses the Epredia Revos workflow enhancing tissue processor as part of its delivery of patient care. This devise is designed automate the fixation, dehydration, clearing
and infiltration of tissue specimens. The equipment will need to be maintained, by a qualified and reliable company, for ongoing quality assurance, regulatory compliance, software package
modifications including upgrades & patches, telephone technical support, and future onsite repairs, calibrations, and preventive maintenance. OBJECTIVES The contract effort goals are
to maintain, upgrade, service and support all components of the equipment listed in Section F throughout the total contract period at the Boston VA Medical Center. Objectives to meet the
service and support goal include, but are not limited to, replacement parts coverage, service support, telephone support, software and hardware support, continuing education for VA staff
and support service, full maintenance coverage by providing all replacement parts, labor, travel expenses, tools, test equipment and other incidentals necessary to maintain or restore the
listed equipment to operating specifications according to the manufacturer s recommendations throughout the term of the contract. PERIOD OF PERFORMANCE After the contract has been
awarded, the period of performance will be defined. PLACE OF PERFORMANCE Delivery of services in this case will be conducted virtual and/or at the following address: Boston VA Medical
Center, Laboratory Service 1400 VFW Parkway West Roxbury MA 02132-4927 SCOPE OF WORK (TASKS FOR SERVICES) The work requirements for this contract performance period are introduced as
stated in the preceding sections. However, it is here within the scope of work they will be captured explicitly. The contractor will meet the following requirements as bulleted below, THE
CONTRACTOR WILL: REPAIRS All Field Engineer on site visits shall be performed during the normal VA business hours 8:00am-5:00pm, Monday through Friday, excluding Federal holidays On-site
response time shall be within 16 business hours of request All Field Engineers or company representative must check in with Clinical Engineering (aka: Biomedical Engineering or Healthcare
Technology Management) prior to starting their work at the facility. All telephone technical support shall be provided at no additional cost Repair parts shall be provided and shipped,
next day 10:30 am at no extra cost to the Government SCHEDULE MAINTENANCE (PREVENTIVE MAINTENANCE) Preventive maintenance shall be scheduled during normal VA business hours as identified
above. Preventive maintenance shall be coordinated with the Laboratory Service Line so that there is minimal negative impact to patient care. All parts and equipment necessary to complete
the preventive maintenance shall be provided and shipped, next day 10:30 am at no extra cost to the Government SOFTWARE All software updates and upgrades, inclusive of installation of any
minor patches or major revisions, shall be included at no extra cost to the Government The Contractor shall assist in any/all software and/or network vulnerabilities identified by the
Government that need remediation as expressed by the Government. All software will be approved and/or scanned by Clinical Engineering (aka: Biomedical Engineering or Healthcare Technology
Management) prior to installation. SERVICE DOCUMENTATION At the conclusion of each repair and scheduled maintenance call, the Contractor shall provide a written service report, to
Clinical Engineering (aka: Biomedical Engineering or Healthcare Technology Management), within 3 business days indicating: Date(s) of service Make, model, serial number, and barcode/ID
number of the equipment serviced Name of FSE who performed the work Hours worked Description of the reported problem, the services performed, and parts replaced Make, model, serial
number, barcode/ID number, and proof of up-to-date calibration of the test equipment used in the repair or preventive maintenance service. Quantifiable measurement results, inclusive of
range and tolerance, for all tests conducted EQUIPMENT LIST Item # Product Code Product 1 PLA84100001 Quantity of two Epredia Revos Tissue Processor