DOCUMENT
J -- P&M DRAGER ANESTHESIA TOTAL CARE SERVICES - Attachment
- Notice Date
- 9/8/2017
- Notice Type
- Attachment
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Contracting Officer (90C);Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
- ZIP Code
- 29403-5799
- Solicitation Number
- VA24717N1123
- Response Due
- 9/11/2017
- Archive Date
- 12/19/2017
- Point of Contact
- Janica Francis-Hunter
- E-Mail Address
-
H
- Small Business Set-Aside
- N/A
- Description
- Page 1 of 5 SOURCES SOUGHT NOTICE DESCRIPTION: This sources sought notice is to determine the availability of potential sources having the skills and capabilities necessary to provide the SPECIFIED REQUIREMENT. All interested vendors are invited to provide information to contribute to this market survey/sources sought including commercial market information. THIS IS NOT A SOLICITATION ANNOUNCEMENT. This is a source sought synopsis only. Questions should be submitted by email to Janica.Francis@va.gov. Provide only the requested information below. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub zone, 8(a), small, small disadvantaged, woman owned small business, FSS/GSA contract schedule holders or large business) relative to NAICS 334516, Analytical Laboratory Instrument Manufacturing (size standard 1,000 employees). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published on the FBO website. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors shall respond to the solicitation announcement in addition to responding to this sources sought announcement. SPECIFIED REQUIREMENT: Network Contracting Office 7, Charleston, SC is seeking sources for a potential contractor to perform the following type of service: STATEMENT OF WORK Ralph H. Johnson VAMC-Healthcare Technology Management Service TITLE: Drager Total Care Service and Maintenance PERIOD OF PERFORMANCE: This contract shall be for a base year plus four one year option periods. SERVICE AGREEMENT COVERAGE Vendor shall provide all the necessary parts, labor and travel expenses to deliver the following services: Maintenance: Full repair service and two preventive maintenance services per year on each Drager anesthesia unit and unlimited phone support upon request by the VA Healthcare Technology Management service (HTM) under the contract period. For repairs, response time shall be less than two hours via phone and onsite the same day or within 24 hours. The call center shall be available at all times (24/7) to triage issues and support the VA. Scheduled preventive maintenance service shall include labor to perform the OEM s Periodic Manufacturer s Certification, electrical safety checks, and software updates. Scheduled preventive maintenance shall be coordinated with the contractor and VA HTM to be on-time for the semi-annual maintenance interval. The current scheduled months are February and August. Replacement Parts: Vendor shall supply all necessary parts at its own expense as deemed necessary by vendor and VA. All parts will be new, guaranteed OEM parts that comply with applicable performance and reliability specifications. To include planned maintenance parts, planned maintenance kits; and consumable and expendable items, which are called out to be replaced by OEM specifications. Specialty Items: Software Upgrades/Revisions shall be included in the coverage plan at no cost, and be provided to the VA as soon as available. All software upgrades will be installed to current OEM specifications during scheduled services. Software upgrades are considered modifications to installed equipment that add capabilities of value to existing features and functionality and are included in this contract. Software upgrades do not include software modules that have yet to be purchased, nor hardware required to install software upgrades. Loaner systems, components, and modules will be provided as needed during the service/repair of a system. Concentration Verification of Vaporizers mounted on Drager anesthesia equipment shall be included as part of the Periodic Manufacturer s Certification. The following items are covered in the terms of this agreement: Entry Number Model Serial Number 180994 APOLLO ASED-0217 180995 APOLLO ASED-0208 180996 APOLLO ASED-0214 180997 APOLLO ASED-0215 180998 APOLLO ASED-0200 180999 APOLLO ASED-0220 189875 APOLLO ASHK-0259 181029 FABIUS TIRO ASED-0282 N/A SCIO ASDL-0109 CONTRACTOR REQUIREMENTS: Contractor must be an Authorized Service Provider for Drager Medical product, have access to certified OEM parts, up to date technical documentation for each product, and legal rights to the latest Drager software updates and upgrades. Contractor s personnel must be certified to provide service for all equipment covered in this contract, and must show verification authorizing such. INFORMATION SECURITY: The contractor and their personnel shall be subject to the same Federal laws, regulations, standards and VA policies as VA personnel, regarding information and information system security. These include, but are not limited to Federal Information Security Management Act (FISMA), Appendix III of OMB Circular A-130, and guidance and standards, available from the Department of Commerce s National Institute of Standards and Technology (NIST). This also includes the use of common security configurations available from NIST s Web site at: http://checklists.nist.gov To ensure that appropriate security controls are in place, Contractors must follow the procedures set forth in VA Information and Information System Security/Privacy Requirements for IT Contracts located at the following Web site: http://www.iprm.oit.va.gov/Security_and_Privacy_Requirements_for_Contractors.asp INFORMATION SYSTEM HOSTING, OPERATION, MAINTENANCE, OR USE: For information systems that are hosted, operated, maintained, or used on behalf of VA at non-VA facilities, contractors/subcontractors are fully responsible and accountable for ensuring compliance with all HIPAA, Privacy Act, FISMA, NIST, FIPS, and VA security and privacy directives and handbooks. This includes conducting compliant risk assessments, routine vulnerability scanning, system patching and change management procedures, and the completion of an acceptable contingency plan for each system. The contractor s security control procedures must be equivalent, to those procedures used to secure VA systems. A Privacy Impact Assessment (PIA) must also be provided to the COTR and approved by VA Privacy Service prior to operational approval. All external Internet connections to VA s network involving VA information must be reviewed and approved by VA prior to implementation. All electronic storage media used on non-VA leased or non-VA owned IT equipment that is used to store, process, or access VA information must be handled in adherence with VA Handbook 6500.1, Electronic Media Sanitization upon: (i) completion or termination of the contract or (ii) disposal or return of the IT equipment by the contractor/subcontractor or any person acting on behalf of the contractor/subcontractor, whichever is earlier. Media (hard drives, optical disks, CDs, back-up tapes, etc.) used by the contractors/subcontractors that contain VA information must be returned to the VA for sanitization or destruction or the contractor/subcontractor must self-certify that the media has been disposed of per 6500.1 requirements. This must be completed within 30 days of termination of the contract. Medical devices and other equipment or systems containing media (hard drives, optical disks, etc.) with VA sensitive information must not be returned to the vendor at the end of lease, for trade-in, or other purposes. The options are: Vendor must accept the system without the drive; VA s initial medical device purchase includes a spare drive which must be installed in place of the original drive at time of turn-in; or VA must reimburse the company for media at a reasonable open market replacement cost at time of purchase. REMOTE ACCESS: Vendor must comply with all VA Office of Information and Technology security requirements. Vendor must contact Biomedical Engineering before accessing the system remotely. REPORTING: For repairs or services that will be performed during normal working hours, the Contractor s repairman must report to the Healthcare Technology Management Service, G200 or by telephone at 843-789-7396, and while on station an identification badge shall be worn at all times. During the repair process, once the problem is identified, the vendor shall notify VA Healthcare Technology Management Service before replacement parts are installed. After all work is completed, the contactor s repairman must again report by telephone to the Healthcare Technology Management Service and provide a complete report of services or repairs performed for each item of equipment and must also include a listing of replacement parts, when applicable. NOTE: Payment of invoices may be delayed if the appropriate reports are not properly completed and submitted to the Healthcare Technology Management Service as required above. PERFORMANCE: The Contractor must respond to service calls within one (2) hours of notification and be on-station within four (24) hours. Competent personnel who are experienced and qualified to work on the specific equipment must perform all work. All work performed shall be accomplished in accordance with the manufacturer s instructions including, but not limited to, adjustments, calibrations, cleaning, lubrication, testing, disassembly, check-out, replacement of worn or defective parts, etc., required to keep the equipment in operating condition. Contractor s maintenance of the equipment must satisfy all requirements as set forth by NFPA and JCAHO. HOURS OF WORK: This contract is a full-service contract to include all necessary service calls for 24/7 coverage (24 hours a day, 7 days a week). 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. 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. 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. SUBCONTRACTING: Due to the complexity of the services required herein, subcontracting will not be permitted. TEST EQUIPMENT: The VA Medical Center will not furnish parts and/or test equipment for the performance of this contract. It is the responsibility of the Contractor to bring the appropriate equipment and/or supplies necessary to complete the work as required within. PERFORMANCE CONFERENCE: If appropriate, the Contracting Officer will schedule a performance conference for contract orientation purposes with the Contractor receiving award. SPECIAL CONTRACT REQUIREMENTS: Vendor must follow all Department of Veterans Affairs, Joint Commission, OSHA, and NFPA regulations when working on VA equipment. 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 s Representative. 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. SERVICE CALLS: Bidder shall provide in the space provided below, the name, location, and telephone number of the office where service calls are to be placed: KEY PERSONNEL- Key personnel will be identified in the proposal and shall be considered key personnel essential for the successful completion of the work performed under the contract. The contractor agrees that such personnel shall not be removed, diverted or replaced from the work without prior written approval of the Contracting Officer. The contractor shall submit written notice of proposed personnel changes to the Contracting Officer for approval at least thirty (30) business days in advance. OBSELETE 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. 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. -----END OF SOW----- REQUESTED INFORMATION: (1) STATEMENT OF CAPABILITY: Submit a brief description, five (5) pages or less, that demonstrates how your company has the supervision, facilities, labor and experience to provide full repair service and two preventive maintenance services per year on each Drager anesthesia unit and unlimited phone support upon request by the VA Healthcare Technology Management service (HTM). Please include past performance experience in performing these services to the VA, other Government (Federal or State) agency, or for a private facility. Please specify your availability to start date and your address. BUSINESS SIZE AND SOCIO-ECONOMIC STATUS: (a) Indicate whether your business is large or small (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantaged business (c) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act (d) Indicate if your firm is a certified Hub-zone firm (e) Indicate if your firm is a woman-owned or operated business (f) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) (g) Include the DUNS number of your firm. (h) State whether your firm is registered with the System for Award Management (SAM) at https://www.sam.gov and/or the VetBiz Registry at http://vip.vetbiz.gov/. If not, please (i) NOTE that any future solicitation could only be awarded to a contractor who is registered in SAM and to receive award based on VOSB or SDVOSB status you must be registered in the VetBiz Registry. Responses must be emailed to Janica.Francis@va.gov no later than 1:00pm EST, September 11, 2017. Your response should include both the STATEMENT OF CAPABILITY and BUSINESS SIZE AND SOCIO-ECONOMIC STATUS information as explained above. Please place "Drager Anesthesia Total Care Service in the subject line of your email. This notice is to assist the VA in determining sources only. A SOLICITATION IS NOT CURRENTLY AVAILABLE. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/VA24717N1123/listing.html)
- Document(s)
- Attachment
- File Name: VA247-17-N-1123 VA247-17-N-1123.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3783723&FileName=VA247-17-N-1123-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3783723&FileName=VA247-17-N-1123-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA247-17-N-1123 VA247-17-N-1123.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3783723&FileName=VA247-17-N-1123-000.docx)
- Place of Performance
- Address: Ralph H Johnson VA Medical;Department of Veterans Affairs;Engineering Services;109 Bee Street;Charleston, SC
- Zip Code: 29401
- Zip Code: 29401
- Record
- SN04669194-W 20170910/170908232154-5483c88bdfedd30ad0e4063d01ab9ab5 (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 |