DOCUMENT
J -- NUANCE Powerscribe System Maintenance Agreement - Attachment
- Notice Date
- 8/24/2015
- Notice Type
- Attachment
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
- ZIP Code
- 80246
- Solicitation Number
- VA25915N0596
- Response Due
- 8/26/2015
- Archive Date
- 8/29/2015
- Point of Contact
- William Brookshire (CS)
- E-Mail Address
-
2-7036<br
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this sources sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HUBZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. Network Contract Office (NCO) 19 is seeking a potential qualified contractor to provide the following: DRAFT STATEMENT OF WORK NUANCE- NUANCE Powerscribe System Maintenance Agreement C-1 Service Agreement: Contractors shall provide service repair and preventive maintenance (PMs) for all the following equipment located at Fort Harrison VAMC, in accordance with manufactures specifications. This is a service and license agreement. PLACE OF PERFORMANCE: Montana Veteran Affairs Health Care System- Fort Harrison, MT 59636 Radiology Department PERIOD OF PERFORMANCE: One year from award date with two option years C-1 PREVENTIVE MAINTENANCE: In accordance with manufactures' specifications and service contract quote C-2 REPORTING: On-site and depot repair is supplied by this contract C-3 PERFORMANCE: The Contractor must respond to service calls within two business hours of notification and return said call. C-4 HOURS OF WORK: This contract include all necessary service calls, five (5) days per week (Monday-Friday excluding Federal Holidays), between the hours of 8:00 AM and 5:00 PM, Mountain Standard Time. C-5 FAILING TO RESPOND: Failure to perform any services as set forth in this contract will be considered for initiating provisions of Default. C-6 SAFETY STANDARDS: The contractor shall perform electrical safety measurements on all equipment under this contract in accordance with manufacturer's specifications. All equipment will be subject to inspection by Montana Veteran Affairs Health Care System Biomedical Equipment Support Specialist personnel to verify compliance with these standards. C-7 ADDITIONAL SERVICES: The Contractor guarantees all equipment covered in this contract shall be in optimum working condition at the contract expiration date, provided the Contractor is notified of deficiencies at least one (1) day before the contract expiration date. All changes, updates or retrofits made on any component or system shall be annotated on station equipment manuals and records. Services also include recording all routine work, corrections and repair work in the equipment log. C-8 AUTHORIZED SERVICES: Only those services specified within the contract are authorized. Before performing any service or repair of a non-contract nature, the Contracting Officer or his/her designee must be advised of the reason for this additional work. If appropriate, the Contracting Officer or his/her designee may authorize the additional services or repairs under a separate purchase authorization. Contractor is cautioned that only the Contracting Officer or his/her designee may authorize additional services or repairs and reimbursement will not be made unless this prior authorization is obtained. C-9 RECONDITIONING: Reconditioning and/or extensive repair work determined not to be economically feasible by the Contracting Officer is not included in this contract and the Government reserves the right to obtain such services from other than the listed Contractor. C-10 DISCONTINUANCE OF SERVICE: The Government reserves the right to terminate service on a particular machine meeting replacement criteria upon thirty (30) days written notice to the Contractor with payment to be prorated. C-11 SUBCONTRACTING: Due to the complexity of the services required herein, subcontracting will not be permitted. C-12 PARTS: (a) Only new, standard parts shall be furnished by the Contractor. All parts shall be of current manufacture and have versatility with presently installed equipment. (b) All newly installed replacement parts become the property of the Government. Replaced parts are to be disposed of by the Contractor after obtaining approval from the Contracting Officer's Representative. C-13 TEST EQUIPMENT: The Montana Veteran Affairs Health Care System will not furnish parts and/or test equipment for the performance of this contract. It is the responsibility of the Contractor to provide the appropriate equipment and/or supplies necessary to complete the work as required within. C-14 HAZARD COMMUNICATION STATEMENT: 1. As a vendor, supplier, and/or contractor under contract to the VA Montana Health Care System for the purpose delineated in the subject contract, you should be aware of this facility's hazard communication program. By the provisions of your contract, you may be required to work in certain areas where there are hazardous chemicals in use. Examples include, but are not limited to, areas in Pharmacy Service, Engineering Service, Environmental Management Service, Dental Service, Acquisition & Material Management Service, Radiology Service, Laboratory Service, Dietetic Service and Research Service. 2. It is the responsibility of each Contractor to familiarize himself with the specific area(s) in which his contract requires him to work. This shall include the Contractor introducing himself to the exposure zone supervisor. The Contractor may obtain from the exposure zone supervisor the nature of the on-going Montana Veteran Affairs Health Care System work and the type of chemicals used. In addition, the Contractor should also learn the procedures for obtaining, in an emergency involving the Contractor, the material safety data sheets (MSDS) pertaining to hazardous chemicals in the exposure zone. 3. It is also the responsibility of each Contractor to meet certain criteria. These include: a. Prior to the beginning of any contract, provide the Contracting Officer's Representative (COR) with a complete list of all chemicals to be used by the Contractor on the facility premises. Appropriate MSDS shall accompany the list of chemicals. The COR shall forward a copy of this list and the MSDS to the VA Montana Healthcare System Industrial Hygienist (138). b. The Contractor shall ensure that all chemical containers are properly labeled, and MSDS for each chemical shall be available on the Montana Veteran Affairs Health Care System premises. MSDS shall be maintained by the senior representative of the Contractor at this facility. c. Protective equipment for Contractor personnel shall be the responsibility of the Contractor. d. All other Department Veteran Affairs and Occupational Safety and Health Administration regulations shall apply as appropriate. 4. In compliance with paragraphs 2. and 3. above, it shall be the responsibility of the Contractor to convey to his subordinate personnel and sub-contractors the appropriate information regarding hazard communication. C-15 INFORMATION SECURITY: The C&A requirements do not apply, a Security Accreditation Package is not required. Accessing the facility may result in incidental exposure to protected health information and or individually identifiable information. Staff will follow established privacy practices. SECTION H - SPECIAL CONTRACT REQUIREMENTS H-1 CONTRACTOR SUBMITTALS: Within fifteen calendar days after award date, but not later than performance of the first servicing of equipment, the Contractor will furnish two (2) copies of its preventive maintenance procedures manual which will be used during the preventive maintenance services of this contract to the Contracting Officer. These manuals are required by the Government as a condition of the facility's JCAHO accreditation and must be received before any invoice can be certified for payment. H-2- NA H-3-NA H-4 OBSOLETE MACHINES: Services under a resulting contract will not cover obsolete machines where parts for such obsolete machines are not available under the original manufacturer's commercial price list, unless mutually agreed to by the Contracting Officer and the Contractor. H-5 ORDERS: The Contractor's repairman will report to the office of the Contracting Officer's Representative (COR) prior to start of work and after completing the services required during that call. Services to be rendered will be directed by the COR and any changes must receive concurrence of the Contracting Officer and/or the COR. Items required to be covered under service agreement are as follows: DP OPTION2 MAINTContract Number: 110098128x5 Onsite and/or Depot Repair Qty1DescriptionTermStart DateEnd Date 40CORCKUKIT,CORRECTION,USB,POWERSCRIBE1 Years10/1/20149/30/2015 40POWM2S-004MIC POWERMIC II with SCANNER1 Years10/1/20149/30/2015 70PSRSEPLICENSE PS WORKSTATION SELF ED1 Years10/1/20149/30/2015 10PSRWSS-M47SW V4.7SP1-B WEB SRVR PSW 1UP1 Years10/1/20149/30/2015 10PSWAPILICENSE API SERVER LICENSE FEE1 Years10/1/20149/30/2015 50PSWCOELICENSE, CORRECTION EDITOR, PE1 Years10/1/20149/30/2015 10PSWPXLLICENSE POWEREXP SW CUSTOM1 Years10/1/20149/30/2015 10PSWRECLICENSE RECOGNITION SERVER SW1 Years10/1/20149/30/2015 20PWIRSR-436SRVR PS TELP WKST DL360G5 SATA1 Years10/1/20149/30/2015 10PWSSSR-038SRVR SML-WEB DL380 G5 2GB1 Years10/1/20149/30/2015 10PWTES5-MFGLIC PSW TEST SYS SW KIT 5 AUTH1 Years10/1/20149/30/2015 10PWTESR-332SRVR TEST DL320G5 20031 Years10/1/20149/30/2015 1RNST-FEEContract Reinstatement Fee1 Years10/1/20149/30/2015 10RAM012RAM UPG 1GB G5 DL360-380 ML3501 Years10/1/20149/30/2015 20RAM013RAM UPG 2GB G5 DL360-380 ML3501 Years10/1/20149/30/2015 END OF DRAFT STATEMENT OF WORK Prospective contractors must be authorized/certified to provide the required service, and must submit documentary proof when responding to this Sources Sought announcement. Important information: The Government is not obligated to, nor will it pay for, or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation, or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Business set aside. However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The anticipated NAICS code is: 541512, with a small business size standard of $27.5 Million. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. If your organization is capable of providing these services and is interested in this opportunity, please respond to William Brookshire, Contract Specialist, Department of Veterans Affairs, NCO 19 via e-mail at william.brookshire@va.gov with a statement describing your capabilities. After review of the responses to this announcement, the Government intends to proceed with the acquisition and a subsequent solicitation may be published. The deadline for this information is 4:00 PM Mountain Time, Wednesday August 26, 2015.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25915N0596/listing.html)
- Document(s)
- Attachment
- File Name: VA259-15-N-0596 VA259-15-N-0596.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2272615&FileName=VA259-15-N-0596-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2272615&FileName=VA259-15-N-0596-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA259-15-N-0596 VA259-15-N-0596.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2272615&FileName=VA259-15-N-0596-000.docx)
- Record
- SN03852162-W 20150826/150824235229-f599c2445178f3ee791b1f8cb05b1c38 (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 |