DOCUMENT
65 -- IVUS Ultrasound_650-15-2-7077-0006 Equipment for Cardiology - Attachment
- Notice Date
- 5/27/2015
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;VAMC Providence;830 Chalkstone Avenue;Providence RI 02908
- ZIP Code
- 02908
- Solicitation Number
- VA24115Q0486
- Response Due
- 5/27/2015
- Archive Date
- 6/11/2015
- Point of Contact
- MICHAEL STEPHENS
- E-Mail Address
-
9-4760
- Small Business Set-Aside
- N/A
- Description
- Department of Veterans Affairs Veterans Health Administration Sources Sought Notice - VOLCANO CORET Mobile Precision Guided Therapy System This is a Sources Sought notice and not a request for quotes. This request is solely for the purpose of conducting market research to enhance VHA's understanding of the market's offered products, services and capabilities. The Government will not pay any costs for responses submitted in response to this Sources Sought. This Sources Sought notice provides an opportunity for respondents to submit their notice of ability, and their available products and services in response to the requirement described below. Vendors are being invited to submit information relative to their potential of fulfilling the requirement below, in the form of a capability response that addresses the specific requirement identified in this Sources Sought. The Veterans Health Administration (VHA) is seeking a vendor to provide the following products and services below, brand name or equal in specifications. Please see the General Requirements section below for the requested products/services and descriptions. This Sources Sought is to facilitate the Contracting Officer's review of the market base, for acquisition planning, size determination, and procurement strategy. GENERAL REQUIREMENTS - BRAND NAME OR EQUAL SUBMISSION The Department of Veterans Affairs is seeking vendors who can provide the following line items, brand name or equal, based on the descriptions below. All brand name or equal responses shall meet or exceed the required specifications/features. SCOPE OF WORK: The Contractor shall provide all labor, personnel, equipment, tools, materials, supervision and other items and services necessary to perform the following: "Installation of the Intravascular Ultrasound system in an adequate space determined by the Government. The Contractor is responsible for delivery and assembly of a fully functional system to the Government. "Clinical Training for Providence VA Medical Center Staff "Maintain the equipment as specified in the extended service agreement 1. EQUIPMENT: The following equipment shall be provided and installed by the Contractor in the space determined by the Government. All equipment installed by the Contractor shall be FDA approved for use, in new condition, and fully operational in accordance with manufacturer literature specifications. A minimum of two (2) copies of any associated operational and service manuals shall be provided for all equipment listed below as applicable. 1.Intravascular Ultrasound (IVUS) imaging system 2.Control pad for imaging system 3.Medical grade printer 4.Video display monitor 5.Blu-ray/DVD Drive 6.Vena Cava Filter 7.Adjustable IVUS guided re-entry catheter 8.Digital IVUS catheter 9.Clinical staff training The contractor shall provide all tools and equipment necessary to properly and safely perform the services set forth within this statement of work. This shall include, but is not limited to, all personal protective equipment which may be required for the work to be completed in a safe manner. 2. AREAS TO BE SERVICED: Providence VA Medical Center 830 Chalkstone Ave Providence, RI 02908 3. INSTALLATION: a)The Contractor shall provide all labor, materials, tools, equipment and etc. to prepare for and complete the assembly of the equipment. b)Installation dates are to be coordinated in advance with the Contractor and the Providence VA Medical Center's Cardiology and Clinical Engineering Services. Equipment delivery and installation are to occur on the same day. c)All employees of the Contractor and subcontractors shall comply with VA security management program and obtain the permission of the VA police, be identified by project and employer, and restricted from unauthorized access. d)All installation personnel shall be trained by the manufacturer on how to properly install the equipment. Resumes and certifications shall be submitted for review prior to installation. e)The Contractor shall be responsible for the safe removal and disposal of all packing materials and related waste generated during installation. f)A Contractor owned IT device will not be connected to an internal VA trusted network. Therefore, C&A requirements do not apply and a Security Accreditation Package is not required. 4. TRAINING: The Contractor shall provide a comprehensive onsite training program for the operating clinicians in addition to the biomedical engineering staff responsible for maintenance of the system. Training shall occur onsite within normal business hours, 8:00am-4:30pm, Monday through Friday at a time determined by the Government. Competency assessments shall be provided with the training. Onsite training is to be scheduled in advance with the Providence VA Medical Center's Cardiology and Clinical Engineering Services. The cost for this training and all training related expenses such as travel, lodging, and other expenses are to be included in the contract price. 5. MAINTENANCE, SERVICE, AND SUPPORT: The maintenance, service and support of all equipment included in this Scope of Work shall be covered under the terms of this agreement be it a warranty period or other form of agreement for the length of time required until the existing service contract expires. Upon renewal of the existing service contract, the Government may modify the terms to include the equipment listed within this Scope of Work. 1.The Contracting Officer Representative (COR) or designated alternate is the Contractor's reporting and contact official for all service calls required. 2.The contractor shall provide a minimum of two (2) copies of any associated operational and service manuals upon installation. 3.Response Time: Contractor's field service representative shall respond with a phone call to the COR or his/her designee within one (1) hour after receipt of telephoned notification. If the problem cannot be corrected by phone, the field service representative shall commence work (on-site physical response) within three business days of receipt of the first notification or as approved by the COR. All required repairs shall commence without undue delay. 4.All labor costs shall be borne by the Contractor. If Contractor is unable to repair the equipment to its normal operational state within 24 hours the Contractor shall compensate the Government for the downtime by extending the warranty/service agreement in a period equivalent to the downtime of the equipment. 5.All scheduled maintenance is to be provided by the Contractor. Scheduled maintenance shall be performed in the month determined and communicated by the Government. 6.The four (4) year service agreement is not to go into effect until after the included one (1) year manufacturer's warranty has expired. The Contractor shall cover the equipment for five (5) years after installation within the medical center. 7.The Contractor shall cover all travel costs associated with on-site training and/or repairs. 6. REPORTS/DOCUMENTATION: For any services performed on site, upon arrival at the Medical Center, the Contractor representative shall check in with the COR before performing any warranty, repairs and/or maintenance services. This check in is mandatory. After completing the services, the Contractor's field service representative shall document services rendered on Contractor's service report form. A legible signed service report shall be provided directly to the COR following completion of each call, and shall include equipment identification (i.e. serial number), date and time of service call, list of parts replaced, results of inspections and/or calibrations, and a description of work accomplished. The report shall be signed or initialed by the COR or authorized representative. 7. TASK FREQUENCY AND INSTRUCTIONS: This will be a single visit, be it a single day or multiple days, for a period sufficient to complete the work set forth in the scope of work. This visit is to be scheduled in advance with the Providence VA Medical Center's Cardiology and Clinical Engineering Services. Work will primarily occur during normal business hours (8 AM to 4:30 PM, Monday through Friday), unless it is clinically necessary for the work to occur after hours. Equipment delivery and installation shall occur on the same day determined in advance by the Contractor and the Providence VA Medical Center's Pharmacy Service and Clinical Engineering Service. 8. SPECIAL WORK REQUIREMENTS: The Contractor shall comply with any and all Infection Control Risk Assessment requirements deemed appropriate by the Providence VA Medical Center during all portions of the work set forth in the Scope of Work. The Contractor must comply with security, privacy, and safety issues in accordance to VA standards, policies, and directives set forth at all times while providing the work outlined in the Scope of Work. Any Contractor owned mobile media devices used for maintenance, service, and/or support must be scanned by the Government prior to connection to any Government owned equipment. 9. PROPERTY DAMAGE: The contractor shall take all necessary precautions to prevent damage to any government property. The contractor shall report any damages immediately and shall be assessed current replacement costs for property damaged by the contractor, unless corrective action is taken. Any damaged material (i.e., trees, shrubs, lawn/turf, curbs, gutters, sidewalks, etc.) will be replaced in a timely manner or corrected by the contractor with like materials, at no extra cost to the government, upon approval of the Contracting Officer. 10. IDENTIFICATION, PARKING, SMOKING, CELLULAR PHONE USE AND VA REGULATIONS: The contractor's employees shall wear visible identification at all times while on the premises of the VA property. It is the responsibility of the contractor to park in the appropriate desig-nated parking areas. Information on parking is available from the VA Police-Security Service. 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. Cellular phones and two way radios are not to be used within six feet of any medical equipment. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in a citation answerable in the United States (Federal) District Court, not a local district state, or municipal court. 11. COMPLIANCE WITH OSHA BLOODBORNE PATHOGENS STANDARD: The contractor shall comply with the Federal OSHA Blood borne Pathogens Standard. The contractor shall: A.Have methods by which all employees are educated as to risks associated with blood borne pathogens. B.Have policies and procedures which reduce the risk of employee exposure to blood borne pathogens. C.Have mechanisms for employee counseling and treatment following exposure to blood borne pathogens. D.Provide appropriate personal protective equipment/clothing such as gloves, gowns, masks, protective eyewear, and mouthpieces for the employee during performance of the contract. RESPONSE COMMITMENT I.NOTES: A.All questions, comments or concerns should be directed to: Michael.Stephens@va.gov B.Submittals furnished will not be returned to the sender. No debriefs will be conducted. Eligibility in participating in a future acquisition does not depend upon a response to this notice. C.Proprietary information is neither requested nor desired. If such information is submitted, it must clearly be marked "proprietary" on every sheet containing such information, and the proprietary information must be segregated to the maximum extent practicable from other portions of the response (e.g., use an attachment or exhibit). II.TIMELINE : A.This request will close on stated date within the Government Point of Entry (GPE). III.Requested information: Interested parties shall provide the following information in addition to your capability response: A.Format: 1.MS Word or pdf format (please ensure email is under 5 mb) 2.Page limit - 5-8 pages (please make the response as brief and concise as possible) 3.Company name and Sources Sought number listed on each page 4.Proprietary information MUST be marked as such, on a page-by-page basis. B.Submittal: 1.In your response, please provide the following information based on the requirement. a.Your company's capability of fulfilling this requirement and providing the products as it is described. b.If you are submitting an equal product, please provide detailed information, specs, brochures, etc., for all of your equal items/products. 2.Please also provide name of company, company address, a contact person's name, telephone number, fax number and email address. 3.DUNS number, and indicate if actively registered on System for award management (SAM) 4.Contractual vehicles the company holds, such as NAC or GSA schedules. 5.Socio-economic Status & NAICS Code: State the size of your company [e.g., 8(a) (including graduation date), HUBZone-certified small business, Service-Disabled Veteran-Owned small business, small business, large business, etc.]. Notes: 1. This Sources Sought is for planning purposes only, and does not constitute a commitment, implied or otherwise, that a procurement action will follow. The Department of Veterans Affairs will use the information submitted in response to this notice at its discretion and will not provide comments to any submission; however, The Department of Veterans Affairs reserves the right to contact any respondent to this notice for the sole purpose of enhancing The Department of Veteran Affairs understanding of the notice submission. 2. The content of any responses to this notice may be reflected in any subsequent solicitation, except for content marked or designated as business confidential or proprietary which will be fully protected from release outside the government. The Department of Veteran Affairs Contracting Office POC: Michael Stephens Contracting Specialist Email: Michael.Stephens3@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PrVMAC650/PrVAMC650/VA24115Q0486/listing.html)
- Document(s)
- Attachment
- File Name: VA241-15-Q-0486 VA241-15-Q-0486_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2068221&FileName=VA241-15-Q-0486-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2068221&FileName=VA241-15-Q-0486-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA241-15-Q-0486 VA241-15-Q-0486_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2068221&FileName=VA241-15-Q-0486-000.docx)
- Record
- SN03744356-W 20150529/150528000343-59ab5ffe9247f181a001ddd779b489c4 (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 |