Fire Tenders

Fire Tenders

5 State fire and rescue charges of the Headquarters of the State Service of Ukraine for extraordinary situations in the Sumsk region Tender

Corrigendum : Closing Date Modified
Ukraine
Деревина Дров'яна Не Промислового Використання До 2 М 3 Групи
Closing Soon25 Sep 2024
Tender AmountUAH 124 K (USD 3 K)

10 State fire and rescue guilt of the Head of the State Service of Ukraine from emergency situations in the Dnipropetrovskaya region Tender

Ukraine
Послуги З Ремонту І Технічного Обслуговування Мототранспортних Засобів І Супутнього Обладнання. спеціальна Аварійно-рятувальна Машина Середнього Типу (сарм-с) 4*2 Iveco iveco Daily 70c21ha 8 D, Bc Id70c21d-1 Сарм-с Р/н Ае 471 Е 2023 Р.
Closing Soon27 Sep 2024
Tender AmountUAH 16.8 K (USD 407)

4 State fire and rescue charges of the Headquarters of the State Service of Ukraine for extraordinary situations in the Rivnenskaya Region Tender

Ukraine
Нове Будівництво Захисної Споруди Цивільного Захисту – Протирадіаційного Укриття (пру) Для Персоналу 5 Дпрч Гу Дснс У Рівненській Області ,яке Розташоване За Адресою :рівненська Область,дубенський Район, М.дубно,вул.грушевського,119"
Closing Date30 Sep 2024
Tender AmountUAH 6.4 Million (USD 157 K)

45 State Fire And Rescue Department Of The Headquarters Of The State Service Of Ukraine For Emergency Situations In The Donetsk Region Tender

Ukraine
Автомобільна Цифрова-аналогова Радіостанція Motorola Dm4601e Uhf (комплект) Або Еквівалент, Згідно Cpv За Дк 021:2015 Код 32230000-4 Апаратура Для Передавання Радіосигналу З Приймальним Пристроєм
Closing Soon23 Sep 2024
Tender AmountUAH 41.3 K (USD 1 K)

1 State fire and rescue department of the Government of the State Service of Ukraine from emergency situations in the Levivsk region Tender

Ukraine
Природний Газ
Closing Soon27 Sep 2024
Tender AmountUAH 804.5 K (USD 19.4 K)

6 State Fire And Rescue Department Of The Government Of The State Service Of Ukraine From Emergency Situations In The Levish Region Tender

Ukraine
«природний Газ» По Коду Дк 021:2015: «09120000-6 Газове Паливо»
Closing Soon24 Sep 2024
Tender AmountUAH 86.5 K (USD 2 K)

DEPT OF THE ARMY USA Tender

Consultancy Services
United States
Details: Naics Code 334511 - Search, Detection, Navigation, Guidance, Aeronautical, And Nautical System And Instrument Manufacturing request For Information: This Is Not A Solicitation: This Request For Information (rfi) Will Be Utilized In Planning For The Assured Positioning, Navigation And Timing/space Cross-functional Team (apnt/s Cft), Contested Environment Event. This Rfi Does Not Constitute An Invitation For Bids (ifb), A Request For Proposal (rfp), Or A Request For Quote (rfq), Nor Does Its Issuance Obligate Or Restrict The Government To An Eventual Acquisition Approach. This Rfi Does Not Obligate The Government To Issue A Solicitation. This Rfi Is Being Conducted Solely For Information And Planning Purposes And Does Not Constitute A Solicitation. Neither Unsolicited Proposals Nor Any Other Kinds Of Offers Will Be Considered In Response To This Request Or Accepted By The Government To Form A Binding Contract. No Solicitation Document Exists, And A Formal Solicitation May Or May Not Be Issued By The Government As A Result Of The Responses To This Rfi. The Government Will Not Be Liable For Payment Of Any Response Preparation Expenses And Is Not Obligated By The Information Received. Any Costs Incurred By Interested Companies In Response To This Announcement Will Not Be Reimbursed. The Information Provided May Be Used By The Army In Developing Future Acquisition Strategies And Will Be Used To Identify Capable Sources To Participate In The Event. Interested Parties Are Responsible For Adequately Marking Proprietary Or Competition Sensitive Information Contained In Their Response. note: The Use Of Rfi Number Apntscft-24 Is For Tracking Purposes Only. background/description: In Accordance With Federal Acquisition Regulation (far) Part 10, The Apnt/s Cft Is Conducting Market Research To Identify Potential Sources Capable Of Providing Commercial Off-the-shelf (cots), Non-developmental Items (ndi), Or Near Ndi For Assured Pnt Technologies In The Ground, Air, Space Or Cyber Domains And Situational Awareness, Defensive, And Offensive Capabilities In The Navigation Warfare (navwar) Mission Area. More Specifically, This Rfi Is Being Issued For The Purpose Of Identifying Potential Sources Who Can Provide Ground, Air, Space Or Cyber-based Pnt And Navwar Sensor Capabilities Ready For Test And Demonstration At The Apnt/s Cft Event Or Deployment, Up To 180 Days. this Rfi Requests Respondents To Submit A White Paper That Addresses The Information Outlined Below. In Addition, Respondents Are Encouraged To Submit Corporate Overview Information And Basic Qualifications In Managing Hardware And Software Development Projects That Are Similar In Scope And Process To An Assured Pnt, Electronic Warfare (ew) Or Satellite Communications (satcom) Program. this Rfi Is Part Of A Series Of Industry Engagements In Support Of Enhancing The Industry-government Partnership, Which Is Critical To Providing An Effective And Scalable End-product For Apnt, Space-based Pnt Navwar And Other Capabilities. The Government Intends To Consider All Industry Inputs And Initiatives. The Army Plans To Leverage Industry Recommendations On The Delivery Of Assured Pnt, Non-space And Space-based Pnt And Navwar Hardware And Software To Implement Best Practices, Improve Productivity, Gain Programmatic And Operational Efficiencies, And Realize Cost Savings. the Government Will Not Be Responsible For Any Costs Incurred By Event Participants, To Include White Paper Submission Costs, Travel Costs, Technology Demonstrations, Exercises, Experiments, And Any And All Costs Associated With Event Participation. All Costs Incurred Throughout The Event Are The Responsibility Of The Participating Organization. department Of Defense (dod) Science Engineering And Technical Assistance (seta) Contractors And Federally Funded Research And Development Centers (ffrdcs) Supporting Dod Functions May Be Utilized To Review White Paper Submissions, Facilitate The Event And May Participate In Technical Or Operational Assessments. the Government Is Seeking The Following Information In White Paper Responses Provided: what Is The Technology Readiness Level (trl) And Manufacturing Readiness Level (mrl) Of The System Or Capability? If Not Trl 6 Can A Trl 6 Or Greater Be Achieved Within A Year Of Assessment? is The Capability Ready For Experimentation Or Demonstration? is The System A Prototype Or Productized Capability? can The System Or Capability Be Provided For Further Soldier/unit Assessment In A Devops (test-fix-test) Environment? on What Platforms Will The Capability Integrate – Mounted, Dismounted, Aerial, Fixed Site, On-orbit, Ride-share, Free Flyer, Etc.? what Army Warfighting Function Will The Capability Support – E.g. Aviation, Fires, Maneuver, Intelligence, Cyber, Sustainment, Mission Command is The System Or Capability A Non-space-based Solution? Can It Become A Non-space-based Pnt Solution? what Is The Minimum And Maximum Global Navigation Satellite System (gnss) Spectrum Range And Rate The System Or Capability Can Detect A Signal Of Interest? what Is The Field Of Regard Of The Sensor Or Antenna (area Covered For The Detector Of The System When Pointing To All Mechanically Possible Positions)? Can It Be Sectored? what Is The Instantaneous Field Of View Of The Sensor Or Antenna (area Covered For The Detector Of The System When Pointing To One Position)? over What External Interfaces Does The Capability Provide Data? Describe The Output File Formats, Bandwidth Requirements And Indicate Any That Are Not Among Recognized Standards. can The Capability Be Operated Remotely? If So What Is The Mechanism? Can You Describe The Interface In Detail Or Provide An Interface Control Document? what Are The Size, Weight And Power (swap) Characteristics Of The Capability? what Is The Required Clearance Volume Of The Antenna? How Is It Oriented With Respect To Potential Mounting Locations? what Global Positioning System (gps) Receiver Does Your System Use? If There Is A Built-in Gps Is It Selective Availability Anti-spoofing Module (saasm) Compliant? Can The System Interface To A Gps That Is Saasm Compliant? is The System Or Capability Military Code (m-code) Compatible? can The System Or Capability Be Ruggedized And Capable Of Extended Operation In Multiple Worldwide Outdoor Environments? What Military Standard (mil Std) Is The System Built To Or Tested To? provide Documentation Of Ansi 95.1 (2005) Compliant Stand-off Distance While Operating. will The System Or Capability Support Aerial And Ground-based Assured Pnt And/or Anti-jam (aj) Antenna Capabilities? will The System Or Capability Support Spectrum Monitoring, Detection And Tracking Of And/or Data Analytics For Signals Of Interest Within The Gnss Spectrum? If So, Identify Which Gnss Signals? describe Any Specialized Software That Is Required For System Operation. If Such Software Is Required, Provide Information On The Operating System Environment, Minimal Hardware Requirements And Architecture (processor Type, Performance, Etc.) Required To Run The Software. what Software Licensing Agreements Are Available For Government Purchase? what Is The Typical First Article Delivery Time And Typical Production Rate Of The System? what Detailed Technical Data Package For The System Or Capability Is Available To The Government, Either As Part Of A Unit Purchase Or Through A Separate Agreement, Including Cable Drawings? what Data Rights Are Available To The Government As Part Of A Purchase? what Integration Information (mechanical, Electrical) Is Immediately Available And Releasable To The Government? Is An Initial Capability Document (icd) Available Allowing The Government To Interface Directly With The Sensor Software Or To System Middleware? does The System Require A Specialized Skill Set Or Military Occupational Specialty (mos) To Operate And Maintain The System? does The System Support Victory And Open System Architecture (osa) Requirements? describe The Available Operator Training Curricula. describe Any Established Training For Maintenance. what Sustainment And Training Requirements Can The Contractor Support? what Platforms/systems Is The Capability Already Integrated Onto? for Geolocation Capabilities What Is The Expected Accuracy And Precision For Spectrum Monitoring? what Is The Expected Timeline For Delivery Of Spectrum Monitoring Information? Does It Support Tactical Timelines? are Projected Capabilities Compatible With Army Systems? what Cyber Security Standard Is Your System Or Capability Compliant With And Who Sanctioned It? what Cyber Security Software Analysis Tools Have Been Utilized To Examine The System Or Capability And What Are The Results Of Those Examinations? what Are The Training Requirements Needed For Unit Leaders And Staffs To Incorporate The System Properly Into Planning And Execution Of Operations? describe Embedded Built In Test (bit)/built In Test Equipment (bite) Capability Available With The System And To What Level It Reports Faults. what Critical Program Information Protections Are In Place? what Reliability, Availability, And Maintainability (ram) Performance Does Your System Meet, To Include Expected Mean Time Between Failure (mtbf)? what Warranty Coverage Is Available And Explain Any Extended Maintenance Support. describe The Transportation And Storage Requirements. has Your Company Performed This Type Of Effort Or Similar Type Effort (to Include Size And Complexity) In The Past? If So, Provide Contract Number, Point Of Contact (poc), E-mail Address, Phone Number, And A Brief Description Of Your Direct Support Of The Effort. what Radio Frequency (rf) Is Optimum To Have Your System Tested Against? companies Should Provide Data To Support Performance Claims Either By Analysis Or With Test Data. in Addition To The White Paper, All Interested Parties Are Encouraged To Submit Company And Product Literature, And/or Other Pertinent Information, Such As A Description With Performance Parameters And A Statement Of Current Availability, Summary Of Prior Testing, Test Reports, And An Estimated Cost Of Test Articles And Production Units, For The Government’s Consideration. Interested Parties Are Encouraged To Provide A Current Customer Base And Identify Systems In Which The Product Is Currently Being Employed. responding To This Rfi: Interested And Capable Sources Are Invited To Submit An Unclassified White Paper Describing Their System. Please Limit White Paper Submissions To A Maximum Of Fifteen (15) Pages (including A Cover Sheet) And Provide The Following Information: cover Sheet contact And Company Information name title company Name date Of Incorporation number Of Years In Business number Of Employees company Security Clearance Level location mailing Address phone Number website Address email Address note That Rfi Respondents Shall Designate A Single Point Of Contact For Receipt Of All Information Pursuant To This Rfi. please Identify Your Company's Small Business Size Standard Based On The Primary North American Industrial Classification System (naics) Code Of 334511- Search, Detection, Navigation, Guidance, Aeronautical, And Nautical System And Instrument Manufacturing. The Small Business Size Standard For This Naics Code Is 1,250 Employees. For More Information, Please Refer To Http://www.sba.gov/content/table-small-business-size-standards. Please Also Indicate Any Socioeconomic Classifications: large Business Concern; small Business (sb) Concern; 8(a); small Disadvantaged Business (sdb); women-owned Small Business; historically Underutilized Business Zone (hubzone); veteran-owned Small Business; service-disabled Veteran-owned Small Business name/type Of Technology Or Model technology Maturity: Existing Technology Or Technology Concept (reference Questions 1-45 Above) brief Overview Of Company History body Of White Paper: the Submittal Should Address The Requests For Information Above, And Any Additional Technical Or Company Information. A Description Of The System Supported By Technical Parameters Is Desired. the Government Requests That Interested Sources Submit An Electronic Response Of Not More Than Fifteen (15) Pages, 8.5" X 11" Paper, 12-point Times New Roman Font, With A Minimum Of One (1) Inch Margins All Around. Responses Should Include The Following Point Of Contact Information: • Company Name • Duns # • Cage Code • Address • Point Of Contact • Phone Number • Fax Number • Email Address supporting Documentation (such As Marketing Brochures, Fliers, Published Presentations Or Papers And Other Materials That Summarize The Technology And More About Your Company) Is Acceptable (up To 2 Pages Worth), And May Be Referenced By Reviewers Only In Support Of Claims Identified In The White Paper, And Only Where Specifically Referenced In The White Paper. The Government Makes No Guarantee That The Supporting Documentation Will Be Reviewed And/or Considered. any Company Proprietary Information, Performance Capabilities And/or Future Modification Plans Should Be Clearly Identified And Must Be Marked Accordingly And Will Be Protected By The Government. responses To The Rfi Will Not Be Returned. responses To The Rfi May Be Used To Develop Government Documentation. responses To The Rfi Will Be Used For Planning Purposes To Identify Interested Sources Capable Of Participating In The Event. respondents To The Rfi May Not Receive Feedback From The Government Once Reviewed. additional Information May Be Requested And / Or Provided By The Government To Capable Sources In Support Of The Event. proprietary Information Should Be Clearly Marked. No Classified Documents Will Be Included In Your Response. Please Be Advised All Information Submitted In Response To The Rfi Becomes The Property Of The U.s. Government And Will Not Be Returned. All Information Received In Response To This Rfi Marked "proprietary" Will Be Handled Accordingly. as Indicated Above, The Government Will Utilize Non-government Personnel To Review Responses To This Rfi, Plan, Coordinate And Execute The Event. The Respondent Must Clearly State On The Cover Sheet To The Rfi Response Whether Or Not A Proprietary Information Agreement (pia), Non-disclosure Agreement (nda), Or Equivalent Is Required Prior To Non-government Personnel Reviewing The Submissions. Should A Pia/nda Be Required, The Respondent Must Obtain The Pia/nda From The Company Pocs And Provide The Pia/nda With Their Rfi Submittal. To Obtain The Company Poc List, Please Send An Email Request To The Following: Ms. Lisa Reyes Lisa.t.reyes.ctr@army.mil all Interested Companies Or Organizations Are Encouraged To Respond To The Rfi By Providing Information By 3:00 Pm Est On 30 November 2023. respondents Are Requested To Submit An Electronic Copy Of The Responses To The Apnt/s Cft, Integration Division, Test And Experiment Lead, Mr Jason Wideman Jason.b.wideman.civ@army.mil And To The Project Lead, Ms. Lisa Reyes Lisa.t.reyes.ctr@army.mil include Rfi Number Apntscft-24 In The Subject Line. All Requests For Further Information Shall Be In Writing And Via Email; Telephonic Requests For Additional Information Will Not Be Accepted. your Interest In Participating In Our Event Is Appreciated.
Closing Date30 Nov 2024
Tender AmountRefer Documents 

Filmuniversit T Babelsberg KONRAD WOLF Tender

Germany
Details: Lot 1: As part of the redesign of the foyer of the Potsdam Film Museum, an interactive, digital media station is to be installed above the ticket office area. This is used to display the current cinema program, film posters and film trailers. The project includes the planning, design, installation and integration of a digital display with four large-format screens and an individualized content management system (CMS), which enables employees to create and manage content independently. This project is based on a rough design draft and is part of the tender documents. Lot 2: The aim of the project is to renovate and renew the existing cloakroom in the Potsdam Film Museum. The cloakroom will be equipped with modern lockable compartments, benches with additional storage space and new lighting. All materials used must meet the fire protection requirements for public buildings. This project is based on a rough design draft and is part of the tender documents. The specific minimum requirements for the OG services can be found in the tender documents.
Closing Date21 Oct 2024
Tender AmountRefer Documents 

The JAMA Tender

Poland
Details: The Subject Of The Order Are Forest Management Services As Specified In Art. 6 Section 1 Pt. 1 Of The Act Of 28 September 1991 On Forests (consolidated Text: Journal Of Laws Of 2023, Item 1356 - "forest Act"), Covering Work In The Field Of Timber Harvesting And Skidding, Forest Breeding, Forest Protection, Nature, Forest Fire Protection, As Well As Nursery Work, Seed Production, Tree Planting And The Maintenance Of Tourist And Educational Facilities To Be Carried Out In The Jamy Forest District In 2024. The Ordering Party Anticipates The Possibility Of Awarding Orders Referred To In Art. 214 Section 1 Point 7) Of The Public Procurement Law, Within A Period Of 3 Years From The Date Of Awarding The Basic Order. The Material Scope Of The Services Constituting The Subject Of The Orders Referred To In The Previous Sentence Will Not Exceed 50% Of The Value Of This Order. The Procurement Is Related To A Project And/or Program Financed By European Union Funds: No
Closing Date29 Sep 2024
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

United States
Details: Under Statutory Authority 41 U.s.c. 1901 The Va Great Lakes Acquisition Center (glac) Intends To Negotiate A Sole Source Contract With Siemens Medical Solutions Usa, Inc, For Maintenance Services For The Siemens Imaging Equipment, Somatom Definition Force, (s360 Engage Fl Agreement) Located At The Clement J. Zablocki Va Medical Center, 5000 W. National Avenue, Milwaukee, Wi 53295. this Acquisition Is Conducted Under The Authority Of 41 U.s.c. 1901 Simplified Acquisition Procedures As Implemented In Far 13.501, Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements. This Will Be A Firm Fixed Price Contract For Four One-year Service Periods. The Naics Code Is 811210. this Notice Of Intent Is Not A Request For Competitive Quotes. No Solicitation Documents Are Available And Telephone Requests Will Not Be Honored. However, If A Firm Believes It Can Meet The Requirements It Must Furnish Information About Its Products And Services, As Well As References From Other Customers Who Are Using These Products And Service To The Contracting Officer By 9:00am (local Time) 9/24/2024. Supporting Evidence Must Be Furnished In Sufficient Detail To Demonstrate The Ability To Comply With The Above Requirements. 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 Officer Will Proceed With The Sole Source Negotiation With Siemens Medical Solutions Usa, Inc. capability Statements Shall Be Submitted By Email Only As A Ms Word Or Adobe Pdf Attachment To Lori.eastmead@va.gov. Telephonic Inquiries Will Not Be Accepted. statement Of Work (revised) description/specifications for Maintenance Service for Medical Imaging Equipment scope Of Work: provide Labor, Time, Materials, Tools, And Equipment To Service Siemens High Tech Medical Equipment, Including Scheduled And Unscheduled Maintenance, Located At The Clement J. Zablocki Va Medical Center, (vamc) 5000 W. National Avenue, Milwaukee, Wi 53295, And At The Milo C. Huempfner Veterans Affairs (va) Healthcare Center (hcc), 2851 University Ave, Green Bay, Wi 54311. equipment Identification (also See Attachment A) description: Ep Lab Manufacturer:â siemens model: Artis Q Zen Biplaneâ â  functional Location: 400-390238 serial No.:123035 location: Va Milwaukee, 5th Floor description: Angiography Suite #1 Manufacturer:â siemens model: Artis Zee Biplane functional Location: 400-403122 serial No.: 154093 location: Va Milwaukee, 2nd Floor description: Catheterization Laboratory Manufacturer:â siemens model: Artis Zee Ceiling functional Location: 400-476642 serial No.: 148274 location: Va Milwaukee, 5th Floor description: 3t Mri Manufacturer:â siemens model: Magnetom Skyra 3t functional Location: 400-456349 serial No.: 46260 location: Va Milwaukee, 2nd Floor description: Chiller For 3t Mri Manufacturer:â siemens model: Medixx 60 functional Location: 400-519027 serial No.: 400-519027 location: Va Milwaukee, 2nd Floor description: Green Bay Ct Manufacturer:â siemens model: Somatom Definition As64 functional Location: 400-427913 serial No.: 66762 location: Va Green Bay, Room 1f014 description: Emergency Room Ct Manufacturer:â siemens model: Somatom Definition Force functional Location: 400-779947 serial No.: 76788 location: Va Milwaukee, Emergency Department, Room 1191 Building 111 definitions/acronyms: A. Biomedical Engineer(ing) - Supervisor Or Designee. B. Co - Contracting Officer C. Cor - Contracting Officer's 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 Vamc 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. Vamc - Veterans Affairs Medical Center conformance Standards: contract Service Shall Ensure That The Equipment Functions In Conformance With The Latest Published Edition Of National Fire Protection Association (nfpa), Underwriters Laboratory (ul), Occupational Safety And Health Administration (osha), Food And Drug Administration, Center For Devices And Radiological Health (fda-cdrh), Joint Commission And Va Standards. contract Service Shall Also Ensure That The Equipment Performance/specifications Are Equal To Or Exceed The Performance/specifications When The Equipment Was Originally Accepted After Procurement. all Upgrades/updates Shall Also Be Included In This Contract Except For Upgrades That Provide New Features Or Capabilities Or That Require Hardware Changes. operational Uptime Requirements the Magnetom Skyra 3t, Mri Scanner With Functional Location: 400-456349 And Somatom Definition As64 Ct Scanner With Functional Location # 400-427913 Shall Be Operable And Available For Use 95% Of The Normal Operating Hours Of The Equipment As Detailed In Paragraph 6, (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 8:00 Am Local Time- 9:00 Pm Local Time, Monday Thru Friday, Excluding National Holidays). Operational Uptime Will Be Computed During A 12-month Long Period. Repeated Failure To Meet This Requirement Can Subject The Contractor To Default Action. hours Of Coverage: normal Hours Of Coverage Are Monday Through Friday From 8:00 Am To 5:00pm Local Time For All Items Except The 3t Skyra Mri Which Is 8:00 Am To 9:00 Pm Local Time, The Catheterization Laboratory Artis Zee Ceiling Which Is 8:00 Am To 9:00 Pm Local Time, And The Medixx 60 Mri Chiller Which Is 8:00 Am To 10:00 Pm Local Time, Excluding Holidays. All Service/repairs Will Be Performed During Normal Hours Of Coverage Unless Requested Or Approved By Cor Or Designee. preventive Maintenance Will Be Performed To Ensure Equipment Performs With Conformance Standards. (for Silver Service Agreements And S360 Engage Service Agreements) work Performed Outside The Normal Hours Of Coverage At The Request Of Fse Will Be Considered Service During Normal Hours Of Coverage. Note: Hardware/software Update/upgrade Installations Will Be Scheduled And Performed At A Mutually Agreeable Time. holidays, Or Any Other Day Specifically Declared By The President Of The United States To Be A Federal Holiday Include: New Years' Day Labor Day Martin Luther King, Jr. Day Columbus Day Presidents Day Veterans Day Memorial Day Thanksgiving Day Juneteenth Christmas Day Independence Day unscheduled Maintenance (emergency Repair Service) contractor Shall Maintain The Equipment In Accordance With The Conformance Standards. The Contractor Will Provide Repair Service Which May Consist Of Calibration, Cleaning, Oiling, Adjusting, Replacing Parts, And Maintaining The Equipment, Including All Intervening Calls Necessary Between Regular Services And Calibrations. the Contractor Shall Also Provide Unlimited Telephone And On-line Support For Applications Software And Systems Engineering Questions During The Times Specified In Paragraph 6, Hours Of Coverage. the Co, Cor Or Designated Alternate Has The Authority To Approve/request A Service Call From The Contractor. response Time: Response Time Specifications Are Noted In (attachment A). If None Specified, Contractor's Fse Must Respond With A Phone Call To The Cor Or His/her Designee Within 1 Hour After Receipt Of Telephoned Notification 24 (twenty-four) Hours Per Day. If The Problem Cannot Be Corrected By Phone, The Fse Will Commence Work (on-site Physical Response) By The Next Business Day. scheduled Maintenance (for Silver And Oem Service Agreements) the Contractor Shall Perform Pm Service To Ensure That Equipment Listed In The Schedule Performs In Accordance With The Conformance Standards. 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 Include, But Need Not Be Limited To, The Following: 1. Cleaning Of Equipment. 2. Reviewing Operating System Software Diagnostics To Ensure That The System Is Operating To The Manufacturer's Specifications. 3. Calibrating And Lubricating The Equipment. 4. Performing Remedial Maintenance Of Non-emergent Nature. 5. Testing And Replacing Faulty And Worn Parts And/or Parts Likely To Become Faulty, Fail Or Become Worn. 6. Inspecting And Replacing Where Indicated, Electrical Wiring And Cables For Wear And Fraying. 7. Inspecting, And Replacing Where Indicated, All Mechanical Components Which May Include, But Is Not Limited To: X-ray Tube Mounting Hardware, Patient Restraints And Support Devices, Cables And Mounting Hardware, Chains, Belts, Bearings And Tracks, Interlocks, Clutches, Motors, Keyboards, And Patient Couches For Mechanical Integrity, Safety, And Performance. 8. Returning The Equipment To The Operating Condition Defined In Section C, Iii, Conformance Standards. 9. Providing Documentation Of Services Performed. 10. Installation Of Software Updates Or Upgrades Necessary To Maintain Proper Operation Of The System In Accordance With Section Iii. 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 Or Designee. 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. Parts the Contractor Shall Furnish And Replace Parts To Meet Uptime Requirements. 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 As Outlined In The Table Below. 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 System, Shall Not Be Installed Without Specific Approval By The Co Or The Cor. parts Shall Be Available For Delivery Next Business Day If Ordered By 6:00pm. item Parts Inclusions 1 artis Q Zen Biplane, Functional Location # 400-390238 x-ray Tubes 4 artis Zee Ceiling Functional Location # 400-476642 all Parts Including X-ray Tubes. Excludes Large Display Coverage And Flat Detector Coverage 5,6 magnetom Skyra 3t And Chiller all Parts Including Coils Coverage (wear/failure Coverage Only, No Consumables), Mma And Helium 7 somatom Definition As64 Functional Location # 400-427913 all Parts Including X-ray Tubes the X-ray Tube Shall Be Covered For One Hundred Thousand (100,000) Scan Seconds Of Usage Per Year And Tube Usage Shall Reset To Zero (0) Scan Seconds At The Beginning Of Each Contract Year.â  8 somatom Definition Force Ct Functional Location # 400-779947 all Parts Including Unlimited X-ray Tube Coverage software Maintenance And Remote Services the Contractor Shall Provide All Software Updates To Maintain The Systems In Accordance With Conformance Standards. This Shall Include All Operating System Patches And Virus Protection Updates. contractor Shall Provide Remote Support Through An Approved National Site To Site Vpn With Va Field Security Service, Health Information Security Division. service Manuals/tools/equipment/: the Vamc 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 Fse's All Operational And Technical Documentation (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. 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: name Of Contractor And Contract Number. name Of Fse Who Performed Services. contractor Service Esr Number/log Number. date, Time (starting And Ending), Equipment Downtime And Hours On-site For Service Call. va Purchase Order Number(s) Covering The Call If Outside Normal Working Hours. description Of Problem Reported By Cor/user (if Applicable). identification Of Equipment To Be Serviced: inv. Id Number, Manufacturer's Name, Device Name, Model Number, Serial Number, And Any Other Manufacturer's Identification Numbers. 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. total Cost To Be Billed (if Applicable --i.e., Part(s) Not Covered Or Service Rendered After Normal Hours Of Coverage). signatures: fse Performing Services Described. 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. reporting Requirements: the Contractor Shall Be Required To Report To Biomedical Engineering To Log In. 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 Log Out With Biomedical Engineering And Submit The Esr(s) To The Cor. All Esrs Shall Be Submitted To The Equipment User For An "acceptance Signature" And To The Cor For An "authorization Signature". If The Cor Is Unavailable, A Signed, Authorized Copy Of The Esr Will Be Sent To The Contractor After The Work Can Be Reviewed (if Requested Or Noted On The Esr). va Biomedical Contact Person(s): Cor location (building/room Number): Va Milwaukee, 70c9 telephone Number & Extension(s): 414-384-2000 X41070. contractor -- Provide Telephone Number(s) To Call For Your Service Department: ____________________________________ provide Name(s) Of Authorized Contact Person(s):_________________ _________________________________________________________________ payment: invoices Will Be Paid Monthly In Arrears. 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. 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. 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. condition Of Equipment: the Contractor Accepts Responsibility For The Equipment Described In Section C, Paragraph I., 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. competency Of Personnel Servicing Equipment: 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. "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 Section B Schedule. 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 The Digital Radiography System. 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 Vamc. 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 Vamc Equipment. The Co And/or Cor Specifically Reserves The Right To Reject Any Of The Contractor's Personnel And Refuse Them Permission To Work On The Vamc Equipment. 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. test Equipment: upon Request, The Contractor Shall Provide The Vamc With A Copy Of The Current Calibration Certification Of All Test Equipment Which Is To Be Used By The Contractor On Vamc's Equipment. This Certification Shall Also Be Provided On A Periodic Basis When Requested By The Vamc. Test Equipment Calibration Shall Be Traceable To A National Standard. identification, Parking, Smoking, And Va Regulations: the Contractor's Fses Shall Wear Visible Identification While On The Premises Of The Vamc. 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 Vamc Will Not Invalidate Or Make Reimbursement For Parking Violations Of The Contractor Under Any Conditions. Smoking Is Prohibited Inside Any Buildings At The Vamc. 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. Insurance: worker Compensation And Employer's Liability. Contractors Are Required To Comply With Applicable Federal And State Worker Compensation And Occupational Disease Statutes. 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. property Damage Liability. Contractors Are Required To Have Property Damage Liability Insurance Coverage Of At Least $500,000. attachment A item equipment description 1 artis Q Zen Biplane, Ep Lab functional Location: 400-390238 s360 Empower Fl Agreement On Artis Q Zen Biplane, Ep Lab located At Va Milwaukee. include Siemens Remote Services, Updates, Parts Delivery, Training And Technical Support, Maintenance Services And Service Access Keys. hours Of Coverage: 8am-5pm, M-f response Time: 8-hour On-site, 60 Minutes By Phone. includes: X-ray Tubes 2 artis Zee Biplane Angiography Suite #1 functional Location: 400-403122 s360 Empower Fl Agreement On Artis Zee Biplane, Angiography located At Va Milwaukee. Suite #1 include Siemens Remote Services, Updates, Parts Delivery, Training And Technical Support, Maintenance Services And Service Access Keys. hours Of Coverage: 8am-5pm, M-f response Time: 8-hour On-site, 60 Minutes By Phone. 4 artis Zee Ceiling, Cath Lab functional Location: 400-476642 s360 Engage Fl Agreement On Artis Zee Ceiling, Cath Lab located At Va Milwaukee. includes Labor, Time, Materials, Tools And Equipment For Preventive And Corrective Maintenance, Safety Checks In-house Assist, Pm In-house Assist, Quality Assurance In-house Assist, Siemens Remote Services, Updates, Parts Delivery, Training And Technical Support, Maintenance Services And Service Access Keys. hours Of Coverage: 8am-9pm, M-f response Time: 8-hour On-site, 60 Minutes By Phone. includes: All Parts Including X-ray Tubes. Excludes Large Display Coverage And Flat Detector Coverage 5 magnetom Skyra 3t, Mri Scanner functional Location: 400-456349 silver Service Agreement On Siemens Magnetom Skyra Located At Milwaukee Vamc, 2nd Floor, Bldg 111. includes All Labor, Time, Materials, Tools And Equipment For Preventive And Corrective Maintenance. hours Of Coverage: 8am-9pm, M-f response Time: 8 Hours On-site, 60 Minutes By Phone includes: Coil Coverage, Mma And Helium 6 mr Chiller, Medixx 60 functional Location: 400-519027 oem Service Agreement On Krause Medixx Mri Chiller Located At Milwaukee Vamc, 2nd Floor, Bldg 111. includes All Labor, Time, Materials, Tools And Equipment For Preventive And Corrective Maintenance. hours Of Coverage: 8am-10 Pm, M-f response Time: 4 Hours On-site, 60 Minutes By Phone 7 somatom Definition As64 Ct Scanner Functional Location # 400-427913 silver Service Agreement On Somatom Definition As64 Ct Scanner located At Va Green Bay. includes All Labor, Time, Materials, Tools And Equipment For Preventive And Corrective Maintenance. hours Of Coverage: 8am-5pm, M-f response Time: 8 Hours On-site, 60 Minutes By Phone includes: X-ray Tubes 8 somatom Definition Force Ct Scanner functional Location # 400-779947 s360 Engage Fl Agreement On Somatom Force Ct, Emergency Dept located At Va Milwaukee. includes Labor, Time, Materials, Tools And Equipment For Preventive And Corrective Maintenance, Safety Checks In-house Assist, Pm In-house Assist, Quality Assurance In-house Assist, Siemens Remote Services, Updates, Parts Delivery, Training And Technical Support, Maintenance Services And Service Access Keys. hours Of Coverage: 8am-5pm, M-f response Time: 8-hour On-site, 60 Minutes By Phone. includes: All Parts Including Unlimited X-ray Tube Coverage
Closing Soon24 Sep 2024
Tender AmountRefer Documents 
5871-5880 of 5914 active Tenders