SOLICITATION NOTICE
65 -- SLEEP SYSTEM
- Notice Date
- 4/15/2020 1:36:22 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- 257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
- ZIP Code
- 76006
- Solicitation Number
- 36C25720Q0551
- Response Due
- 4/19/2020 12:00:00 AM
- Archive Date
- 05/04/2020
- Point of Contact
- JESUS CASIANO 210-694-6243
- E-Mail Address
-
Jesus.Casiano@va.gov
(Jesus.Casiano@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Attachment 2: Combined Synopsis/Solicitation for Commercial Items Template VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers Page 1 of 4 Original Date: 10/12/17 Revision 01 Date: 01/08/18 Contracting Office Address Network Contracting Office 17, San Antonio, TX Supply I 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 quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101 10-26-2018. This solicitation is being requested as Brand Name or Equal IAW FAR 52.211-6. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510, with a small business size standard of 1250 employees. The Surgical Services at the Audie L. Murphy VA Medical Center is seeking to purchase Seep System. All interested companies shall quotations for the following: Schedule of Supplies ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 8.00 EA $0.00 SOMNOSTAR Z4 VER 11 SLEEP SYSTEM 1-Bed Diagnostic Sleep System LOCAL STOCK NUMBER: 0002 16.00 EA $0.00 AUDIO CABLE RCA-3.5MM PLUG LOCAL STOCK NUMBER: 467300 0003 2.00 EA $0.00 ETHERNET SWITCH, STARTECH 8 PORT LOCAL STOCK NUMBER: 0004 8.00 EA $0.00 CBL 10 Base T 100' plenum CAT 5 CABLE LOCAL STOCK NUMBER: 0005 8.00 EA $0.00 SWR,KIT MS-WORD 2013 INSTALLATION LOCAL STOCK NUMBER: 0006 1.00 EA $0.00 KIT/EXTERNAL HARD DRIVE, 1TB USB LOCAL STOCK NUMBER: 0007 1.00 EA $0.00 SWR KIT SOMNOSTAR VER 11 SWR BUNDLE FIRST LIC LOCAL STOCK NUMBER: 0008 8.00 EA $0.00 PREMIUM IP CAMERA, CTRACT INST W/ AUDIO LOCAL STOCK NUMBER: 0009 1.00 EA $0.00 EXT WARR- S/STAR PRO, 4 YR Parts Only LOCAL STOCK NUMBER: 0 0010 1.00 EA $0.00 SLEEP ONSITE TRAINING (3 DAYS) LOCAL STOCK NUMBER: 0 0011 1.00 EA $0.00 FIELD INSTALL/UPGRADE SLEEP LOCAL STOCK NUMBER: 0 GRAND TOTAL $0.00 Delivery shall be provided 30 days ARO FOB Destination. The contractor shall deliver line all line items to the following address: Olin E. Teague VA Medical Center Attn: Medical Service Killeen Sleep Lab 1901 Veteran Memorial Dr. Temple, TX 76504-7451 Award shall be made to the offeror whose quotation is the lowest price technically acceptable. The government will evaluate information based on the following evaluation criteria: price, delivery, and technical acceptability. Price This the total amount of the offeror s quotation to include all items listed on the schedule of supplies and any charges for shipping/handling (starting Page 1 of this RFQ). Delivery This is the offeror s ability to deliver the equipment within 30 days ARO. Technical acceptability This is the offeror s ability to provide equipment in accordance with the following salient characteristics: STATEMENT OF WORK Medical Service Sleep Systems INTRODUCTION The Department of Veterans Affairs Central Texas Veterans Health Care System (CTVHCS)- Medical Service Killeen Sleep Lab, seeks to purchase eight Sleep Systems. The contract warranty has expired for the current systems and current stations run on outdated windows software. If an amplifier, computer acquisition tower, or head box should malfunction, service is unable to replace equipment immediately.� This would directly impact access to health care services, as affected sleep room will be indefinitely out of service. As the sleep lab currently operates with eight beds, a proactive approach is optimal. Purchasing and installing replacement components is not cost effective; the cost a few replacement components would exceed the cost of a new warranty for an upgraded system. � SCOPE OF WORK Deliver eight (8) Sleep Systems, and auxiliary supplies, to the pulmonary sleep section of Medical Service Located at 1901 Veterans Memorial Drive, Temple, Tx 76502. To include Install product, software upgrade, and demonstrate product functions. Provide three (3) days of Polysomnography sleep training on site, with a Clinical Applications Specialist. TECHNICAL REQUIREMENTS Compatible with Windows 10 Updates Policy Yes Included Custom Reports Included/Imbedded SQL Based Yes Integrated with PSG Yes Queryable Search Engine Yes HL 7 Enabled Yes Number of Channels 40 Number of Auxiliary Device Channels 7 Sampling Rates (Hz) 4,000 AASM Compliant Yes Warranty (years) 1 Fixed Focus or PTZ Both available Integrated IFR Generator or Standalone Both available Post-acquisition Editing Yes RIP Belts (Reusable/Disposable) Both available Installation Included in Purchase Yes DELIVERY OR PERFORMANCE-PERIOD REQUIREMENTS The delivery time for the equipment is fifteen days following received purchase order. 6. SECURITY CONSIDERATIONS C&A requirements do not apply, and a security Accreditation Package is not required. 7. GENERAL Contractors, contractor personnel, subcontractors, subcontractor personnel, shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security. ACCESS TO VA INFORMATION AND VA INFORMATION SYSTEMS A contractor/subcontractor shall request logical (technical) or physical access to VA information for their employees, subcontractors, and affiliates only to the extent necessary to perform the services specified in the contract, agreement, or task order. 9. VA INFORMATION CUSTODIAL LANGUAGE Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor/subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of the VA. This clause expressly limits the contractor/subcontractor's rights to use data as described in Rights in Data - General, FAR 52.227-14(d) (1). VA information should not be co-mingled, if possible, with any other data on the contractors/subcontractor s information systems or media storage systems to ensure VA requirements related to data protection and media sanitization can be met. If co-mingling must be allowed to meet the requirements of the business need, the contractor must ensure that VA s information is returned to the VA or destroyed in accordance with VA s sanitization requirements. VA reserves the right to conduct on-site inspections of contractor and subcontractor IT resources to ensure data security controls, separation of data and job duties, and destruction/media sanitization procedures follow VA directive requirements. Prior to termination or completion of this contract, contractor/subcontractor must not destroy information received from VA, or gathered/created by the contractor during performing this contract without prior written approval by the VA. Any data destruction done on behalf of VA by a contractor/subcontractor must be done in accordance with National Archives and Records Administration (NARA) requirements as outlined in VA Directive 6300, Records and Information Management and its Handbook 6300.1 Records Management Procedures, applicable VA Records Control Schedules, and VA Handbook 6500.1, Electronic Media Sanitization. Self-certification by the contractor that the data destruction requirements above have been met must be sent to the VA Contracting Officer within 30 days of termination of the contract. The contractor/subcontractor must receive, gather, store, back up, maintain, use, disclose and dispose of VA information only in compliance with the terms of the contract and applicable Federal and VA information confidentiality and security laws, regulations and policies. If Federal or VA information confidentiality and security laws, regulations and policies become applicable to the VA information or information systems after execution of the contract, or if NIST issues or updates applicable FIPS or Special Publications (SP) after execution of this contract, the parties agree to negotiate in good faith to implement the information confidentiality and security laws, regulations and policies in this contract. The contractor/subcontractor shall not make copies of VA information except as authorized and necessary to perform the terms of the agreement or to preserve electronic information stored on contractor/subcontractor electronic storage media for restoration in case any electronic equipment or data used by the contractor/subcontractor needs to be restored to an operating state. If copies are made for restoration purposes, after the restoration is complete, the copies must be appropriately destroyed. If VA determines that the contractor has violated any of the information confidentiality, privacy, and security provisions of the contract, it shall be enough grounds for VA to withhold payment to the contractor or third party or terminate the contract for default or terminate for cause under Federal Acquisition Regulation (FAR) part 12. The contractor/subcontractor must store, transport, or transmit VA sensitive information in an encrypted form, using VA-approved encryption tools that are, at a minimum, FIPS 140-2 validated. The contractor/subcontractor s firewall and Web services security controls, if applicable, shall meet or exceed VA s minimum requirements. VA Configuration Guidelines are available upon request. 10. SURRENDER OF HDD AND MEDIA SANITIZATION PROCEDURES Contractor will be required to remove HDD for disposal by approved Central Texas Veterans Health Care System methods. 11. SECURITY INCIDENT INVESTIGATION The term security incident means an event that has, or could have, resulted in unauthorized access to, loss or damage to VA assets, or sensitive information, or an action that breaches VA security procedures. The contractor/subcontractor shall immediately notify the COTR and simultaneously, the designated ISO and Privacy Officer for the contract of any known or suspected security/privacy incidents, or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the contractor/subcontractor has access. To the extent known by the contractor/subcontractor, the contractor/subcontractor s notice to VA shall identify the information involved, the circumstances surrounding the incident (including to whom, how, when, and where the VA information or assets were placed at risk or compromised), and any other information that the contractor/subcontractor considers relevant. 12. LIQUIDATED DAMAGES FOR DATA BREACH Consistent with the requirements of 38 U.S.C. �5725, a contract may require access to sensitive personal information. If so, the contractor is liable to VA for liquidated damages in the event of a data breach or privacy incident involving any SPI the contractor/subcontractor processes or maintains under this contract. However, it is the policy of VA to forgo collection of liquidated damages in the event the contractor provides payment of actual damages in an amount determined to be adequate by the agency. The contractor/subcontractor shall provide notice to VA of a security incident as set forth in the Security Incident Investigation section above. Upon such notification, VA must secure from a non-Department entity or the VA Office of Inspector General an independent risk analysis of the data breach to determine the level of risk associated with the data breach for the potential misuse of any sensitive personal information involved in the data breach. The term 'data breach' means the loss, theft, or other unauthorized access, or any access other than that incidental to the scope of employment, to data containing sensitive personal information, in electronic or printed form, that results in the potential compromise of the confidentiality or integrity of the data. Contractor shall fully cooperate with the entity performing the risk analysis. Failure to cooperate may be deemed a material breach and grounds for contract termination. Each risk analysis shall address all relevant information concerning the data breach, including the following: Nature of the event (loss, theft, unauthorized access); Description of the event, including: date of occurrence; data elements involved, including any PII, such as full name, social security number, date of birth, home address, account number, disability code; Number of individuals affected or potentially affected; Names of individuals or groups affected or potentially affected; Ease of logical data access to the lost, stolen or improperly accessed data in light of the degree of protection for the data, e.g., unencrypted, plain text; Amount of time the data has been out of VA control; The likelihood that the sensitive personal information will or has been compromised (made accessible to and usable by unauthorized persons); Known misuses of data containing sensitive personal information, if any; Assessment of the potential harm to the affected individuals; Data breach analysis as outlined in 6500.2 Handbook, Management of Security and Privacy Incidents, as appropriate; and Whether credit protection services may assist record subjects in avoiding or mitigating the results of identity theft based on the sensitive personal information that may have been compromised. Based on the determinations of the independent risk analysis, the contractor shall be responsible for paying to the VA liquidated damages per affected individual to cover the cost of providing credit protection services to affected individuals consisting of the following: Notification; One year of credit monitoring services consisting of automatic daily monitoring of at least 3 relevant credit bureau reports; Data breach analysis; Fraud resolution services, including writing dispute letters, initiating fraud alerts and credit freezes, to assist affected individuals to bring matters to resolution; One year of identity theft insurance with $20,000.00 coverage at $0 deductible; and Necessary legal expenses the subjects may incur to repair falsified or damaged credit records, histories, or financial affairs. ADDITIONAL DESCRIPTION OF PRODUCT NEEDED: 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 FAR 52.212-3, Offerors Representations and Certifications Commercial Items Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal 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 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive All questions related to this acquisition shall be submitted via email to jesus.casiano@va.gov. All questions are to be received no later than 12:00PM CST 16 April 2020. Quotes shall be submitted via email to jesus.casiano@va.gov. All quotes and additional required documentation are to be received no later than 10:00PM CST 19 April 2020. For information regarding this solicitation please contact: Jesus Casiano Contract Specialist (210) 694-6243 jesus.casiano@va.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d57f4853e44548e28a172cb66ceceb62/view)
- Place of Performance
- Address: CTVHCS 674;Olin E. Tegue VAMC;1901 Veterans Memorial Drive;Temple, TX 76504, USA
- Zip Code: 76504
- Country: USA
- Zip Code: 76504
- Record
- SN05622385-F 20200417/200415230200 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |