DOCUMENT
D -- Nuance Powerscribe License Support - Attachment
- Notice Date
- 10/17/2018
- Notice Type
- Attachment
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Department of Veterans Affairs;Ann Arbor Healthcare System;Network Contracting Office 10;2215 Fuller Road;Ann Arbor MI 48105
- ZIP Code
- 48105
- Solicitation Number
- 36C25019Q0064
- Response Due
- 10/22/2018
- Archive Date
- 1/29/2019
- Point of Contact
- Thomas Auten
- E-Mail Address
-
5-3938<br
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT The Department of Veterans Affairs, Network Contracting Office 10, 24 Frank Lloyd Wright Drive, Lobby M, Suite 2200, Ann Arbor, MI 48105, intends to solicit offers for NUANCE POWERSCRIBE LICENSE and all necessary resources to meet the requirements below. The Service shall be performed at the VA ANN ARBOR HEALTHCARE SYSTEM, 2215 FULLER RD, ANN ARBOR, MI 48105. Contractors that can provide this requirement and meets the requirements below are requested to send their 1. Company Name, 2. DUNS number, 3. Business size under NAICS 334111 and 4. If the item(s) are available on a FSS contract or not and the FSS contract number if it is available on contract, 5. Notification if they are a VETBIZ registered VOSB/SDVOSB, SMALL BUSINESS, WOMEN OWNED SMALL BUSINESS, COMPETETIVE 8 (a), or not. 52.219-14 Limitations on Subcontracting. Services, At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. This is not a solicitation. This is a Request for Information, Sources Sought. This Sources Sought will close on 10/22/2018 at 4:00 PM EST. Please e-mail all responses to Thomas.Auten@va.gov. DESCRIPTION/ STATEMENT OF WORK I. SCOPE OF WORK: The Contractor shall provide all software, and services to support Powerscribe 360, Full service agreement for Powerscribe including license, field install, two core licenses add on 360, four core field install support, ps 360 database 2012 standard support, license package with 5 calls support, multiple duplicate downloads, ps360 data integration at the VA Medical Center, 2215 Fuller Road, Ann Arbor, MI 48105. The implementation is for the period 1 November 2018 thru 30 September 2019. This work shall be in strict accordance with all schedules, specifications, terms, conditions and provisions of this contract. II. CONFORMANCE STANDARDS: All services provided under this contract must be performed in conformance with the National Fire Protection Agency (NFPA), Occupational Safety and Health Administration (OSHA), and Original Equipment Manufacturer standards and specifications. III. HOURS OF WORK: A. Hours of Work for telephone support and emergency repairs are defined as Monday through Friday from 8 a.m. to 8 p.m., excluding federal holidays, or as otherwise arranged with the Contracting Officer Technical Representative. B. 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, Veterans Day, Thanksgiving Day, and Christmas Day. Also, any other day declared by the President of the United States to be a national holiday. C. Work performed outside of normal working hours of coverage at the request of the Contracting Officer or Contracting Officer's Technical Representative shall be billed separately. IV. Deliverables: System upgrade to PS360 with SQL2008 RS. 24 X 7 Remote w/ 8X5 onsite maintenance or depot repair. Project management execution and implementation for standard development (3 to 5 months) Vendor will provide all administrative passwords required to support and control equipment Vendor will have access to VHA virtual server to install/implement software in support of upgrade Project management: Project Plan Contact list. Issues list Meeting agenda and minutes V. SUPPORT & EMERGENCY REPAIR SERVICE: A. Emergency repair service shall consist of maintaining the equipment in accordance with the Conformance Standards Section (Section II). Repair service shall consist of replacing parts, calibration, cleaning, oiling, adjusting and maintaining the equipment except those services necessitated by accident, fire or abuse. B. The Contracting Officer and Contracting Officer Technical Representative have the authority to approve/request a service call from the Contractor. C. Response Time: The Contractor's Field Service Engineer must respond with a phone call to the Contracting Officer Technical Representative within one (1) hour after receipt of notification in an effort to correct the problem by phone. If the problem can not be corrected by phone, the Field Service Engineer shall commence work (on-site physical response) within eight (8) hours after receipt of notification and shall proceed progressively to completion without undue delay. VI. PARTS: The Contractor shall furnish all parts as necessary to install upgrade, covered by this contract, in accordance with the Conformance Standards Section (Section II). The Contractor stipulates that he/she has ready access to new standard parts (manufactured, supplied by the manufacturer, or equal thereto). All parts supplied shall be of current manufacture and have full compatibility with existing equipment. Documentation of intended parts source(s) shall be provided to the Contracting Officer upon request. VII. DOCUMENTATION/REPORTS: The Contractor shall submit a legible field service report, which shall include detailed descriptions of the preventive maintenance inspection or emergency repair services performed, including replaced parts and estimated prices required for the service call. NOTE: Any additional charges to be claimed must have been approved by the Contracting Officer Technical Representative before service was performed. VIII. REPORTING REQUIREMENTS: The Contractor shall be required to report to the OI&T Service Desk, Rm. EB04 to obtain a contractor badge and to log in and out during normal business hours (8am 4:30pm). On weekends, holidays, or outside of normal business hours, contractor shall obtain the contractor badge and log in and out with the VA Police, Rm. BB78. This check in and out is mandatory. When the service is completed, the Contractor shall document services rendered on a legible field service report which will be submitted at the time of logging out. IX. COMPETENCY OF PERSONNEL SERVICING EQUIPMENT: A. The Contractor's staff shall include a "fully qualified" Field Service Representative assigned to this area and a "fully qualified" Field Service Representative who shall serve as the backup. B. "Fully qualified" is based upon training and on experience in the field. For training, the Field Service Representatives must have successfully completed a formalized training program for the equipment covered under this contract. For field experience, the Field Service Engineers must have a minimum of one (1) year of experience providing preventive maintenance and emergency repair services on the same make and model of equipment covered under this contract. C. The contractor shall provide written assurance of the competency of their personnel by detailing a list of Field Service Representatives along with applicable training and years of service experience on the specific devices covered in this agreement. This information shall be included in the quoted proposal for providing service. X. TEST EQUIPMENT: Upon request of the Contracting Officer s Technical Representative or the Contracting Officer, the Contractor shall provide copy of the current Calibration Certification of all test equipment which is to be used by the Contractor to perform service under this contract. Calibration of equipment shall be traceable and in conformance with test equipment Original Equipment Manufacturer standards. XI. SAFETY REQUIREMENTS: In the performance of this contract, the Contractor shall take such safety precautions as the Contracting Officer may determine to be reasonably necessary to protect the lives and health of occupants of the building. The Contracting Officer shall notify the Contractor of any safety issues and the action necessary to correct these issues. Such notice, when served on the Contractor or his representative at the work site shall be deemed sufficient for the corrective actions to be taken. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all or part of the work, and hold the Contractor in default.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAHCS506/VAAAHCS506/36C25019Q0064/listing.html)
- Document(s)
- Attachment
- File Name: 36C25019Q0064 36C25019Q0064.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4639742&FileName=36C25019Q0064-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4639742&FileName=36C25019Q0064-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25019Q0064 36C25019Q0064.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4639742&FileName=36C25019Q0064-000.docx)
- Place of Performance
- Address: VA ANN ARBOR HEALTHCARE SYSTEM;2215 FULLER ROAD;ANN ARBOR, MI
- Zip Code: 48105
- Zip Code: 48105
- Record
- SN05127153-W 20181019/181017230502-0d0c248c6ca251cabffe5b8abd737e31 (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 |