Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 01, 2017 FBO #5852
DOCUMENT

J -- Sources Sought Omnicell Maintenance Service Contract - Attachment

Notice Date
11/29/2017
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;NCO 17 North Texas Healthcare System;NCO 17 Network Contracting Activity;124 E. Hwy 67;Duncanville, Texas 75137
 
ZIP Code
75137
 
Solicitation Number
36C25718Q0027
 
Response Due
10/4/2017
 
Archive Date
1/2/2018
 
Point of Contact
Charles Brown, Contract Specialist
 
E-Mail Address
ia
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources, small and other than small businesses, to perform a potential requirement. Respondents are required to be registered and in good standing in The System for Award Management (SAM) https://www.sam.gov/portal/SAM/#1 Purpose and Objectives: Your responses to the information requested will assist the Government in determining the appropriate acquisition method. NAICS Code: 811219 and sized standard is $20.5M. NOTE: Respondent claiming SDVOSB and VOSB status must be registered and Center for Veterans Enterprise (CVE) verified in VetBiz Registry www.vetbiz.gov. Project Requirements: To provide Full Service, Maintenance Service for Omnicell Equipment. See Description of Services. Anticipated Period of Performance: Base plus one option year renewal Base Period: January 1, 2018 through December 31, 2018 Option 1: January 1, 2019 through December 31, 2019 Information sought: Response to this announcement shall not exceed 10 pages and should include the following information: (1) A tailored capability statement indicating the firm s ability to provide the services required in the Description of Service Section. Include any certifications/qualifications for accomplishing maintenance on the Omnicell equipment listed and any authorization to service this equipment on Omnicell company letterhead; (2) The respondents DUNS number, organization name, address, point of contact, and size and type of business (e.g., SDVOSB/VOSB, small, etc,) pursuant to the applicable NAICS code; (3) Information should be provided electronically in a Microsoft Word or Adobe PDF format. Please e-mail your response with the above information to Charles.Brown9@va.gov and Victoria.Rone3@va.gov with the subject line "Sources Sought, Maintenance Services for Omnicell Equipment /your company name" by 1:00 P.M. CT on December 1, 2017. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Description of Services STATEMENT OF WORK OVERVIEW: The contractor shall provide all labor, personnel, equipment, tools, materials, parts, supervision and other items and services necessary to perform service and maintenance for the Opiflex (Omnicell)Equipment and rack mounted Server listed in the Equipment Section of the Statement of Work located at VISN 17, VA North Texas Health Care System facilities (Dallas, Bonham, FWOPC, & CBOCs). LIST OF EQUIPMENT: OPF-AIO-001 1 SERVICE-CYBERNET I-ONE PANEL DESK PC (QUANTITY:11) OPF-AIO-002 2 SERVICE-CYBERNET I-ONE PANEL WALL PC (QUANTITY:2) OPF-FRM-001 3 SERVICE-1-CELL OPTIFLEX (QUANITY:4) OPF-FRM-002 4 SERVICE-2CELL OPTIFLEX UNIT (QUANITY: 16) OPF-FRM-003 5 SERVICE-3-CELL OPTIFLEX UNIT (QUANITY: 78) OPF-LIC-001 6 SERVICE-TISSUE TRACKING FIRST COPY (QUANITY:1) OPF-SCN-001 7 SERVICE-SCANNER, KEY PAD,2D (QUANTITY: 110) OPTIFLEXCL 8 SERVICE-OPTIFLEX CATH LAB 1ST 4 (QUANTITY: 1) OPTIFLEXCLAD 9 SERVICE-OPTIFLEX CATH LAB ADDITIONAL (QUANITY: 9) OPTIFLEXDB 10 SERVICE-OPTIFLEX DP STRUCTURE (1ST INV QUANTITY: 1) OPTIFLEXINV 11 SERVICE-INVENTORY MODULE LICENSE (QUANTITY: 9) OPTIFLEXMS 12 SERVICE-OPTIFLEX MS SUITE STATION LICENSE (QUANTITY: 87) OPTIFLEXSS 13 SERVICE-OPTIFLEXSS OR SUITE STATION LICENSE (QUANITY: 13) OPTIX1 14 SERVICE-1 CELL OPTIFLEX STORAGE SYSTEM-AUXILIARY (QUANTITY: 2) OPTIX2 15 SERVICE-2 CELL OPTIFLEX STORAGE SYSTEM (QUANTITY:52) OPTIX3 16 SERVICE-3 CELL OPTIFLEX STORAGE SYSTEM AUXILLARY (QUANTITY: 31) SAT-CL408EP 17 SERVICE-SATO BAR CODE PRINTER (PTP) (QUANTITY: 4) OPF-SRV-006 18 SERVICE-OPTIFLEX SERVER RACK MOUNTED, UPG,2012 (QUANTITY: 1) EQUIPMENT LOCATIONS: Can be found at the following website: https://www.northtexas.va.gov PERIOD OF PERFORMANCE: (Base Plus One Option Year Renewal) Base Period: January 1, 2018 through December 31, 2018 Option 1: January 1, 2019 through December 31, 2019 DESCRIPTION OF RESPONSIBILITIES (SERVICE/MAINTENANCE): The contractor shall provide the following service and support: The contractor shall provide 24 X 7 technical supports. The contractor shall provide 24 X 7 maintenance. The contractor shall provide any maintenance needed outside of normal business hours as needed. The contractor shall provide unlimited repair parts delivered overnight, if available. US. LEGAL HOLIDAYS: The following is a list of U.S. Government holidays. If the holiday falls on a Saturday, the proceeding Friday is observed as the holiday; if the holiday falls on a Sunday, the following Monday is observed as the holiday. HOLIDAY DATE New Year s Day Jan 1 Martin Luther King s Birthday 3rd Monday in Jan President s Day 3rd Monday in Feb Memorial Day Last Monday in May Independence Day July 4 Labor Day 1st Monday in Sep Columbus Day 2nd Monday in Oct Veterans Day Nov 11 Thanksgiving Day 4th Thursday in Nov Christmas Day Dec 25 ADDITIONAL REQUIREMENTS/RESPONSIBILITES: The COR and the Contractor will assure that-No other information except what is in this contract will be shared with the contractor in any follow up communication. None of the information in this contract includes Protected Health Information (PHI) or Individually Identifiable Information (Ill). Non-volatile memory devices, working or non-working, shall NOT be removed from the VA facility until the ISO has certified that the data has been destroyed. For magnetic devices and media, the data destruction will be by degaussing. Other forms of cleansing will be used for non-magnetic media. NO VA DATA OF ANY TYPE SHALL BE TRANSFERRED FROM THE VA. The vendor will have remote access to complete the repair(s) and preventive maintenance. ALL DATA AND ELECTRONIC MEDIA WILL NOT LEAVE THE VA. The Certification & Accreditation (C&A) requirements do not apply. Security Accreditation Package is not required. NARA RM LANGUAGE CLAUSE TO BE INCLUDED IN CONTRACTS, AS NECESSARY: 1. Citations to pertinent laws, codes and regulations such as 44 U.S.C Chapter 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. 2. 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. 3. 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. 4. 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. 5. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract or identified in the RCS 10-1. 6. The Government Agency owns the rights to all data/records produced as part of this contract. 7. 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. 8. 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.]. 9. 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. 10. 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. References: VHA Directive 6300 VA Handbook 6300.1 North Texas VA Medical Center Policy VA Directive 6500 36 CFR Part 1222.32 (b)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANTHCS/VANTHCS/36C25718Q0027/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25718Q0027 36C25718Q0027_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3932216&FileName=36C25718Q0027-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3932216&FileName=36C25718Q0027-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;VA North Texas Health Care System;4500 S. Lancaster Road;Dallas, Texas
Zip Code: 75216
 
Record
SN04751530-W 20171201/171129231120-7c98eb83702fa095cb7368c8fe5897df (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.