DOCUMENT
65 -- Medical Computer Carts on Wheels - Attachment
- Notice Date
- 9/24/2018
- Notice Type
- Attachment
- NAICS
- 334118
— Computer Terminal and Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 21;VA Southern Nevada Healthcare System;6900 N. Pecos Road, Building 6;North Las Vegas NV 89086
- ZIP Code
- 89086
- Solicitation Number
- 36C26118Q9601
- Response Due
- 9/27/2018
- Archive Date
- 11/26/2018
- Point of Contact
- Susanne Christen, Susanne.Christen@va.gov
- E-Mail Address
-
susanne.christen@va.gov
(susanne.christen@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C26118Q9601 Posted Date: September 24, 2018 Response Date: September 27, 2018 at 1 p.m. Eastern Standard Time (EST) Product or Service Code: 6515 Set Aside (SDVOSB): This is a Total Service-Disabled Veteran-Owned Small Business Set-Aside NAICS Code: 334419 with a size standard of 750 employees Contracting Office Address Department of Veterans Affairs Network Contracting Officer 21 VA Southern Nevada Healthcare System 6900 N. Pecos Road, Building 6 North Las Vegas, NV 89086 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100. The associated North American Industrial Classification System (NAICS) code for this procurement is 334118, with a small business size standard of 1,000. There is an exception to the non manufacturer s rule (NMR) in place for NAICS code 334118. The VA Southern Nevada Healthcare System, located at 6900 North Pecos Road, North Las Vegas, NV 89086 is seeking to purchase Medical Computer Cart on Wheels. This is a Brand Name or Equal RFQ. Interested companies shall provide quotations for the following: Supplies Line Item Description Quantity Units Unit Price Total Price 1. Howard Hi-Care medical cart or equal item Manufacturer: Howard Med Technology Solutions Manufacturer s part number: BASE110 60 EA 2. PowerMax 150 battery or equal item Manufacturer: Howard Med Technology Solutions Manufacturer s part number: POWER075 60 EA 3. HI-Care E/X Four-Tier Advanced Electronic Locking Storage Cabinet or equal item Manufacturer: Howard Med Technology Solutions Manufacturer s part number: 4TEDME2A_0000 60 EA 4. Four-Tier Electronic Locking Storage Cabinet Row 1 or equal item Manufacturer: Howard Med Technology Solutions Manufacturer s part number: 4TEDM2000 60 EA 5. Four-Tier Electronic Locking Storage Cabinet Row 2 or equal item Manufacturer: Howard Med Technology Solutions Manufacturer s part number: 4TEDM0200 60 EA 6. Four-Tier Electronic Locking Storage Cabinet Row 3 or equal item Manufacturer: Howard Med Technology Solutions Manufacturer s part number: 4TEDM0020 60 EA 7. Four-Tier Electronic Locking Storage Cabinet Row 4 or equal item Manufacturer: Howard Med Technology Solutions Manufacturer s part number: 4TEDM0002 60 EA 8. Dual RP-SMA Antenna Mount or equal item Manufacturer: Howard Med Technology Solutions Manufacturer s part number: WIRELESS007 60 EA 9. Kit (includes 1 EA tie down strap, 2 EA movable anchors, 4 EA adhesive backed rubber feet, 6 EA cable ties, and cable markers and labels) 60 EA 10. Keyboard 60 EA 11. Mouse 60 EA 12. Privacy Monitor 60 EA 13. Tethered Scanner 60 EA 14. E-Sign Pad 60 EA 15. Card Reader 60 EA 16. Dell OptiPlex 7050 MFF Computer or equal item Manufacturer: Dell Brand: OptiPlex 7000 Series Manufacturer s part number: 7050 MFF 60 EA 18. Training 1 JB 17. Turnkey Installation and Integration of All Equipment and Software. 1 JB 1. Background: The VA Southern Nevada Healthcare System (VASNHS) has a requirement for workstations-on-wheels (WOWs). 2. Scope of Work: The scope of work includes providing the equipment/hardware, software, training, integration/configuration of software, installation, and setup. 3. Supplies/Services: The items shall be completely new, and shall not be used, refurbished, or in any other form, including substitutions. The contractor shall not add or substitute any component(s) without prior approval from the contracting officer. 4. Specific mandatory deliverables, tasks, salient characteristics: 4.1 General Salient Characteristics: 4.1.1 Must include a motorized work surface height adjustment with user presets, automatic height adjustment, and collision detection feature; 4.1.2 Must include a motorized monitor mount with user presets, automatic height adjustment, and collision detection feature; 4.1.3 Monitor mount must be able to tilt, swivel, and rotate as appropriate for the end user; 4.1.4 Work surface area must be a minimum of 17 W x 14 D (translucent protective cover must be provided); 4.1.5 Computer compartment must be fan cooled, electronic locking (to prevent tampering by anyone other than OI&T and VA biomedical engineering personnel) with thermistor sensor and dimensions of 17 W x 12 D x 3 H or larger; 4.1.6 Must have four (4) 5 casters with two (2) front casters with locking capability; 4.1.7 Must have a slide out keyboard tray with a 15-degree or more negative tilt and auto-leveling ergonomic capability; 4.1.8 Must include a mouse surface and mouse holder on the left or right side of keyboard (may be interchangeable); 4.1.9 AC Power distribution must have a minimum of 6 AC receptacles; 4.1.10 Must include a power cord that is 8 feet or longer, with a hospital-grade AC Plug; 4.1.11 Must have cable management areas with easy access panels to manage and house excess cables, USBs, etc.; 4.1.12 Must have anti-microbial agents/surfaces; 4.1.13 Must include a tool-less, snap on, battery cover; 4.1.14 Must include easily identifiable manufacturer s part numbers on removable/replacement parts (must be clearly visible on the part); 4.1.15 Must include a barcode scanner mount kit for universal tethered scanners, and must support current BCMA equipment standards at VASNHS; 4.1.16 Must include a sani-cloth cradle on rear monitor arm; 4.1.17 Each WOW must have on-board dedicated computer with a minimum 7, high resolution, color touchscreen (LCD), and wifi-capable (on-board computer allows for specific cart configuration with lights, medication drawer access, motorized workstation and monitor adjustments, etc.); 4.1.18 Must provide adjustable cart lighting in the following areas: worksurface, keyboard, path lighting (sides of cart), medication drawer lighting (front and top of med drawers turns on when opening drawers), lights are to be equipped with a one-touch on/off located on the LCD touchscreen and can be placed on a timer to automatically turn off; 4.1.19 Must have a medication storage drawer ajar alarm; 4.1.20 Must have steer assist capability that allow the rear castors to act as pivot points and assist stabilizing and steering of WOW; 4.1.21 WOW battery must be a minimum of 512 WHr (40AH) lithium iron phosphate power system, rechargeable, capable of powering a minimum of 150W (150VA), minimum of 85% high output efficiency, fast charging capability (100% within 2.5 hours), and maximum weight of 14 pounds; 4.1.22 Electronic medication drawer configuration must, at minimum, have four (4) tiers, electronic locking storage, configurable secure storage, able to be opened based on selection of row/column or open all at once), physical key operation in case of emergency, minimum setup: two (2) patient bins at 6 W x 2 H x 11 D or larger to fit cart (8 in total), must include interlocking dividers, easily removable and changeable configuration between single or multi-tier; 4.1.23 Minimum 270 degree adjustable push handle and wrap around handles on side and rear of WOW; 4.1.24 Must provide on-site setup, configuration, and integration of WOWs at VASNHS. 4.2 WOW Computer and Hardware Salient Characteristics: 4.2.1 Privacy monitor with a 24 diagonal, at minimum and fits computer monitor, and a minimum1920x1080 resolution; 4.2.2 Must have a full size keyboard that is anti-microbial, washable, and is able to interface via USB; 4.2.3 Must include an optical mouse that is waterproof and anti-microbial; 4.2.4 Must have a PIV card reader and USB smart card reader (ROM); 4.2.5 Must include an E-signature pad and HID USB; 4.2.6 Must include a BCMA scanner (tethered USB) that integrates with current VASNHS BCMA capability and system and must have a plug-n-play configuration; 4.2.7 Computer specifications: Must have the following: processor QC/8MB/8T/2.8GhZ/35W (at minimum), Windows 7/8.1/10 compatible/capable, RAM with a minimum of 16GB, a hard drive with 500 GB or more and 2.5 in (7200 RPM) or more, TRM compliant and VA OI&T OSD image compliant/capable; 4.2.8 Computer must fit within PC compartment of WOW; 4.2.9 Computer must be wireless capable or must be provided with wireless dongle that is TRM approved; 4.2.8 Computer must allow for TRM approved web based tools and windows applications for monitoring, medication, and battery/power control and review: 4.2.8.1 Computer must allow for remote monitoring and management of carts; 4.2.8.2 Must provide an on-screen battery that indicates battery life and power supply data; 4.2.8.3 Must provides medication drawer access permissions and configurations; 4.2.8.4 Must provide direct access to local medication drawer cabinets, cart settings, audit reports, and drawer calibration. 4.3 Additional Items 4.3.1 Training: 4.3.1.2 Minimum four (4) days total must be provided for end user training at VASNHS (to include day and night shifts 5:30 a.m. to 8:00 p.m. Pacific Standard Time (PST), Monday through Friday; 4.3.1.3 In-Service Training and Technical Training for three (3) days total during normal business hours, 7:30 a.m. to 5:00 p.m. PST, Monday through Friday); 4.3.1.4 Training (in-service/technical and end user) dates and times will be decided upon by the VA point of contact (POC); 4.3.2 At minimum, a three (3) year standard warranty must cover the following: mechanical, electrical, lithium battery, and battery performance. 5. User and Service Manuals: 5.1 Two (2) complete and unabridged printed copies of operator manuals shall be provided to the VA, and two (2) complete and unabridged printed copies of service manuals shall be provided to the VA at the time of installation of the equipment. 5.2 One (1) electronic version (CD) of the unabridged operator manual and service manual shall be provided to the VA at the time of installation of the equipment. 5.3 Upgrades to the manuals shall be provided to the VA by the contractor free of charge. 6. Delivery: 6.1 The equipment, related parts, and other deliverables shall be delivered to the VA warehouse. 6.2 The VA will transport the equipment, related parts, and other deliverables from the warehouse to the operating rooms for installation. 7. Packaging: 7.1 All items shall be marked clearly with the order number, obligation number, and delivery location within the hospital (e.g. radiology room). 7.2 All items shall be adequately packaged to prevent damage during shipping, handling, and storage. Bags or boxes or containers shall be whole, intact, and not otherwise torn or damaged. 7.3 Upon delivery, the Government shall examine all packages. The contractor shall be required to replace damaged products at the contractor s expense. 8. Hours of Work (Installation): 8.1 Installation will be conducted Monday through Friday during normal business hours from 7:30 a.m. to 5:00 p.m. PST, as coordinated with the VA POC ; 8.2 Staging area for the installation will be decided upon by the VA POC or designated POC. 9. Administrtive Data: Contractor Point of Contact: The contractor shall designate one (1) employee as the POC responsible for administrative matters in the performance of services under this contract. The POC shall have full authority to act for the contractor on all matters relating to the daily performance of this contract. An alternate may be designated, but the contractor shall notify the contracting officer and VA POC, in writing for those times when the alternate shall act as the POC. The contractor shall provide the name and telephone number of the person designated as POC and alternate POC on the space below: POC Name: Telephone Number: Email: Alternate POC Name: Telephone Number: Email: Award shall be made to the quoter who is deemed responsible in accordance with the FAR and whose quotation conforms to the solicitation; and whose quote, judged by an overall assessment of the quoter s qualifications specified in this solicitation, meets the technically acceptable standard for the non-price factors and provides the lowest evaluated price. To meet the technically acceptable standards the items quoted must be either brand name or meet the salient characteristics of this solicitation. For any quotes from SDVOSBs to be considered, the company must be registered in the Vendor Information Pages (VIP) System at https://www.vip.vetbiz.va.gov/ at time of quote submission and prior to award. All quoted items shall be new, and shall not be used, refurbished, recycled, or in any other form, including substitutions. If items quoted are not all new, the quote will be rejected as nonresponsive. Delivery shall be F.o.b. destination. Quotes submitted on a basis that is other than F.o.b. destination will be rejected as nonresponsive. Quotes submitted that include any gray market item(s) shall be rejected as nonresponsive. Gray market items: (a) Gray market items are OEM goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right to enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. Any quotes submitted for any name brand items must be from an OEM, authorized distributor, authorized reseller, authorized dealer, or authorized partner, or quote will be rejected as nonresponsive. Before the quote s specified expiration time, the Government may accept a quote (or part of a quote) after its receipt, unless a written notice of withdrawal is received before award. The procurement of these commercial supplies and/or services is in accordance with FAR part 12 Commercial Items, FAR part 13 Simplified Acquisition Procedures, and the Veterans Affairs Acquisition Regulation (VAAR), as supplemented with additional information in this notice. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (OCT 2016) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (NOV 2017) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (JAN 2017) No addenda are attached. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (NOV 2017) The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6, 52.204-10, 52.209-6, 52.219-4, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.222-5, 52.225-13, and 52.232-33. Other provisions and clauses that apply to this acquisition: FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.214-21 Descriptive Literature (APR 2002) VAAR 852.211-73 Brand Name or Equal (JAN 2008) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016)(DEVIATION) FAR 52.233-2 Service of Protest (SEP 2006) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Susanne Christen Contract Specialist Hand-Carried Address: Department of Veterans Affairs Attn: Contracting Office/Susanne Christen 6900 North Pecos Road, Admin. Bldg., Room Number 2H201G North Las Vegas NV 89086 Mailing Address: Department of Veterans Affairs Attn:Contracting Office/Susanne Christen 6900 North Pecos Road, Admin. Bldg., Room Number 2H201G North Las Vegas NV 89086 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008) VAAR 852.233-71 Alternate Protest Procedure (JAN 1998) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) FAR 52.233-1 Disputes (MAY 2014) FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) FAR 52.247-34 F.o.b. Destination (NOV 1991) VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2012) VAAR 852.237-70 Contractor Responsibilities (APR 1984) VAAR 852.246-71 Inspection (JAN 2008) VAAR 852.270-1 Representatives of Contracting Officers (JAN 2008) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full test of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ http://www.va.gov/oal/library/vaar/vaarpdf.asp http://www.acquisition.gov/comp/far/index.html 001AL-11-15-A Limitations on Subcontracting Monitoring and Compliance (JUN 2011) The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments. (End of Clause) All Quoters shall submit the following: Quote(s). Authorized distributor letters should be included with quotes, unless quoter is the OEM. OEMs are not required to submit authorized distributor letters. Quoters should include completed copies of FAR 52.212-3 Offeror Representations and Certifications Commercial Items (NOV 2017) with quote(s). All quotations shall be emailed to Susanne Christen at Susanne.Christen@va.gov, and shall be in either MS Word or Adobe.pdf format. The RFQ number of this solicitation should be included in the subject line of quote(s). This is an open-market combined synopsis/solicitation for products as defined herein. The government intends to award a firm-fixed price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received no later than 1 p.m. EST on September 27, 2018 at the firewall of VASNHS or email inbox of Susanne.Christen@va.gov. The RFQ number of this solicitation should be included in the subject line, and local part numbers, if any, shall be included with quote(s). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Telephone requests for information or questions will NOT be accepted. No hard copies of this RFQ will be provided. Point of Contact Susanne Christen, Susanne.Christen@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/93b4ff85c2405adb0020ccf8f2bda5aa)
- Document(s)
- Attachment
- File Name: 36C26118Q9601 36C26118Q9601_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4607968&FileName=36C26118Q9601-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4607968&FileName=36C26118Q9601-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26118Q9601 36C26118Q9601_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4607968&FileName=36C26118Q9601-001.docx)
- Place of Performance
- Address: VA Southern Nevada Healthcare System;6900 North Pecos Road;North Las Vegas, NV
- Zip Code: 89086
- Zip Code: 89086
- Record
- SN05101956-W 20180926/180924230759-93b4ff85c2405adb0020ccf8f2bda5aa (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 |