DOCUMENT
J -- Sources Sought - Olympus Medical Scopes - Attachment
- Notice Date
- 1/17/2017
- Notice Type
- Attachment
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;North Texas Veterans Health Care Center;VISN 17 Network Contracting Activity;4500 S. Lancaster Road;Dallas TX 75216
- ZIP Code
- 75216
- Solicitation Number
- VA25717N0296
- Response Due
- 1/20/2017
- Archive Date
- 3/21/2017
- Point of Contact
- Victoria Rone
- Small Business Set-Aside
- N/A
- Description
- The Department of Veterans Affairs, NCO 17 Network Contracting Office, on behalf of VA Medical Center Dallas, is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for a firm-fixed priced Service Contract for the maintenance, installation,and leasing of Olympus Medical Scopes. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 811310. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals or quotes; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform these services, please provide the following information: Organization name, address, point of contact, email address, Web site address, and telephone number. Business size: small, small disadvantaged, woman-owned, Hub Zone, serviced-disabled veteran-owned small business, large business, etc. Business type under North American Industry Classification System (NAICS) 811310, which contains a size standard of $7.5 Million, CAGE Code and DUNS Number. Under which NAICS code does your company usually provide the requirements described in the Scope of Work (SOW) - Please provide rationale for your answer is different from NAICS 811310. Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. The government will evaluate market information to ascertain potential market capacity to: Provide services consistent in scope and scale with those described in this notice and otherwise anticipated. Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements. Implement a successful plan that includes: compliance with program schedules; cost containment; meeting and tracking performance. Provide services under a firm-fixed price contract. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. Submission Instructions: Interested parties who consider themselves qualified to perform the services are invited to submit a response to this Sources Sought Notice by 8:00am CST, January 20, 2017. All responses under this Sources Sought Notice must be emailed to Victoria.Rone3@va.gov, Subject Line Title: Service Contract for Olympus Scopes. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. SAM: Interested parties shall be register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. The SAM can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. STATEMENT OF WORK SCOPE OF WORK: The contractor shall provide the maintenance, delivery, installation and leasing services for Olympus Medical Scopes or equivalent for the VATVCBHCS, 2601 Veterans Drive, Harlingen, Texas 78550. Delivery activities shall consist of the following: Installation. All preparation necessarily required to ready the Olympus Medical Scopes or equivalent operation (installation and on-site training). Post installation inspection. COR verification system will verify required specifications, and testing will be performed as necessary to meet VA and vendor requirements. Maintenance. Full service and repair option with no cap for leased equipment to include accidental damage coverage. Hours of work for maintenance and repair support is defined as Monday through Friday from 7:00 a.m. to 7:00 p.m., excluding federal holidays or as otherwise arranged with the COR. In addition, the Contractor will provide a commercial and toll-free telephone number for this technical support. The ten holidays observed by the Federal Government are New Year s Day, Martin Luther King Day, President s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving Day, and Christmas Day. Also, any other day declared by the President of the United States to be a national holiday. Upon receiving a maintenance and repair call from VATVCBHCS, the Contractor shall make a return telephone call for within 2 hours. The Contractor will restore the equipment to FULL PERFORMANCE within forty-eight (48) hours of the original call. The Contractor shall notify the COR of the existence or development of any defects in the equipment covered under this contract which the Contractor considers he/she is not responsible for under the terms of the contract (such as operator misuse). On-site back-up scopes will be provided. Training, support, preventative maintenance, and educational courses are to be provided on-site as indicated. The contractor shall provide all resources required to ensure a smooth transition in accordance with the contract requirements. DESCRIPTION OF OLYMPUS or Equivalent PROVIDED EQUIPMENT: Equipment features: ULTRA SLIM 5.5 MM GAS MODEL GIF-XP-190N VIDEO GASTROSCOPE MODEL GIF-HQ190 EVIS EXERA MODEL CF-HQ190L EVIS EXER MODEL PCF-H190DL W/BS *Needs to be compatible with 190 EVIS Exera III Video Processor and Light Source EQUIPMENT LIST DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT CV-190: CV-190 EVIS EXERA III VIDEO PROCESSOR 2.00 EA CLV-190: CLV-190 EVIS EXERA III LIGHT SOURCE MAJ-1916: MAJ-1916 2.00 EA MAJ-1916: MAJ-1916 CV-190 INTERFACE CONVERT DEVICE MAJ-1918: MAJ-1918 2.00 EA REMOTE CABLE PERIPH DEVICE 1.8M CV-SDI-10: CV-SDI-10 HD 2.00 EA Video cable for CV-190 10' MAJ-1912: MAJ-1912 SDI 2.00 EA CABLE 8.5M MAJ-1951: MAJ-1951 SDI 2.00 EA CABLE 2.5M CF-HQ190L: CF-HQ190L 2.00 EA EVIS EXERA III HD COLONOSCOPE 4.00 EA PCF-H190DL: PCF-H190DL W/BS (EN) GIF-HQ190: GIF-HQ190 6.00 EA EVIS EXERA III HDTV DF NBI MAJ-1430: MAJ-1430 6.00 EA VIDEOSCOPE CABLE EVIS EXERA II PERIOD OF PERFORMANCE: Firm Fixed Price Contract 23 January 2017 through 22 January 2018 SCHEDULING ARRANGEMENTS: Except by special alternative arrangement, scheduled delivery will be provided only during Contractor s normal working hour s local site time. Upon acceptance of this contract, the Contractor shall immediately contact the COR. EXCLUSIONS (unless otherwise quoted): Modifications or corrections to the work scope dictated by concealed conditions encountered in the performance of the work and not indicated by the drawings, or specifications. Modification or corrections to installation room or supplied power. CONTRACTING OFFICERS REPRESENTATIVE (COR): VA Texas Valley Coastal Bend Health Care System (VATVCBHCS) will appoint one (1) COR for this contract. When service is requested, the contractor will always contact the COR. PERSONNEL CLEARANCES AND PRIVACY CONSIDERATIONS: The Contractor will ensure that their personnel and subcontractor personnel meet the privacy standards as set forth by HIPPA (Health Insurance Portability and Accountability Act of 1996) with respect personal and confidential information that they may come upon, while servicing medical equipment. PATIENT HEALTH INFORMATION (PHI) AND INDIVIDUALLY IDENTIFIABLE INFORMATION (III): This system does not contain Patient Health Information (PHI) and Individually Identifiable Information (III). The data will be saved on the VA network and the repair of this system will be supervised by a VA employee in BioMed to assure data does not leave the facility. The COR is responsible to assure that no VA data leaves the facility and an employee supervises repair. No Security & privacy training is needed by the vendor because the repair will be supervised. No other security statement is needed. DOCUMENTATION: Contractor shall provide the COR or designee with individual written reports which describe the maintenance and repair service performed on the equipment in sufficient detail so as to be acceptable by field inspectors of the Joint Commission and other inspecting bodies. This shall include a list of all parts replaced, all service performed as well as a statement that the equipment is operating per manufacturer s specifications after repair. The service report will be signed by the contractor s service technician, and by designated VATVCBHCS personnel. Prior to award, bidder shall have a facility to include personnel, test equipment, parts inventory, training certificates, licenses and technical documentation available for inspection by VA Medical Center personnel and be able to show written evidence to technical qualifications of personnel, test equipment (and calibration documentation) licenses and availability of parts. Parts availability must be written documentation from either the equipment manufacturer or authorized parts supplier. In either case, bidder must be able to show the availability of parts to him/her within 24 hours after initial call. For contracts for maintenance and repair services form other than the original manufacturer or a designated representative, the Contractor will be fully responsible for obtaining all technical documentation necessary to fulfill contractual obligations. The Contractor warrants that the services to be performed under this contract will be performed in a good workmanship manner and shall conform to the standards of the industry. This warranty is given expressly and in place of all other warranties, expressed or implied, statutory or otherwise, and is the only warranty given by the Contractor. Warranty items that expire during the contract period will be added to the contract as appropriate. NEGLIGANCE CLAUSE: When services and parts are required as a result of accident, abuse, misuse or negligence by other than the Contractor or his representative, and are not included as a part of PM inspection or service calls, such needs will be reported to the COR along with estimates of charges. The Contracting Officer and Representative will evaluate these needs and authorize appropriate action. The parts will be installed under the terms of the contact and each invoice is to include a legible itemized list of labor charges and parts costs. The government will incur no charges for service and parts including glassware due to accident, abuse, misuse or negligence by the contractor or his representative. RECORDS MANAGEMENT: All records (administrative and program specific) created during the period of the contract belong to VA Texas Valley Coastal Bend Health Care System(VATVCBHCS) and must be returned to VATVCBHCS at the end of the contract or destroyed in accordance to the VHA Record Control Schedule (RCS)10-1. NARA RM Language Clause to be included in contracts, as necessary: Citations to pertinent laws, codes and regulations such as 44 U.S.C Chapter 21, 29, 31and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under or relating to this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. END OF CONTRACT: Contractor guarantees that all equipment covered in this contract shall meet or exceed manufacturer s performance specifications at the contract expiration date.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANTHCS/VANTHCS/VA25717N0296/listing.html)
- Document(s)
- Attachment
- File Name: VA257-17-N-0296 VA257-17-N-0296.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3213707&FileName=VA257-17-N-0296-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3213707&FileName=VA257-17-N-0296-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA257-17-N-0296 VA257-17-N-0296.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3213707&FileName=VA257-17-N-0296-000.docx)
- Place of Performance
- Address: VA Texas Valley Coastal Bend Health Care;System (VATVCBHCS);2601 Veterans Drive;Harlingen, Texas
- Zip Code: 78550
- Zip Code: 78550
- Record
- SN04372828-W 20170119/170117234430-86e0b39bf927b32aaee3bc921a3d8861 (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 |