Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 17, 2020 SAM #6714
SOURCES SOUGHT

65 -- NEW-Urodynamic Procedure Table S3

Notice Date
4/15/2020 6:47:12 PM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
 
ZIP Code
76006
 
Solicitation Number
36C25720Q0545
 
Response Due
4/21/2020 12:00:00 AM
 
Archive Date
05/06/2020
 
Point of Contact
Myrtis Clemons Contract Specialist 210-694-6317
 
E-Mail Address
myrtis.clemons@va.gov
(myrtis.clemons@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for Market Research. This is a Request for Information ONLY. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The Department of Veterans Affairs North Texas Healthcare System in Temple, Texas, intends to award a firm-fixed price contract, for the purchase of Urodynamic Procedure Table and Maintenance and Service. (See below Statement of Work for more information). The Government is conducting a market survey to help determine the availability and technical capability of qualified service-disabled veteran-owned small businesses, veteran-owned small businesses, small businesses, HUBZone small businesses and/or other large businesses capable of serving the needs identified below. This notice of intent is for open market as well as Federal Supply Schedule items. The purpose of this notice is to gain knowledge of potential qualified sources and their size classification/socioeconomic status (service-disabled veteran owned small business, veteran owned small business, women-owned small business, HUB Zone, 8(a), small business or large business, relative to NAICS 339112. Responses to this notice will be used by the Government to make appropriate acquisition decisions. A solicitation is not currently available. If a solicitation is issued, it will be announced on Federal Business opportunities website http://www.fbo.gov or GSA E-Buy at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. ***Brand-name ONLY *** Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. If you are an authorized distributor or reseller, please provide a letter of authorization from the original equipment manufacturer. Please advise if you carry the products for this requirement. Please submit all information to Myrtis Clemons at Myrtis.Clemons@va.gov no later than Tuesday, April 21, 2020, 1:00 PM ET (12:00 PM CT). STATEMENT OF WORK Urodynamic Procedure Table S3 (GYN Clinic) Central Texas Veterans Health Care System (CTVHCS) Product Description QTY �Unit Urodynamic Procedure Table 1 EA 2nd year of Service 3rd year of Service 4th year of Service 5th year of Service SCOPE OF WORK: Urodynamic Procedure Table S3 (GYN Clinic) at CTVHCS, Temple, Texas. Service shall consist of the following: Corrective and Preventive Maintenance Services: All services necessary and required to ready the Urodynamic Procedure Table S3 for operation. The contractor shall perform service to the procedure table for the second, third, fourth and fifth years. Maintenance Service as needed to maintain system operational at the time of warranty: COR along with the CTVHCS POC will verify that required specifications are met and testing will be performed as necessary to ensure system is fixed, repair, serviced and fully operational. Upon receiving a maintenance and repair call from the COR or CTVHCS POC, the contractor shall make a return telephone call for within two hours. The contractor will restore the equipment to FULL PERFORMANCE within forty-eight (48) hours of the initial call. The contractor shall notify the COR or CTVHCS POC of the existence or development of any defects in the equipment covered under this contract, which the contractor considers he/she is not responsible for under the terms of the contract (such as operator misuse). Training and support and preventative maintenance and educational courses to be provided on-site as indicated. The Contractor will provide all resources, including parts required to ensure system remains operational, in accordance with the contract requirements. DESCRIPTION of Urodynamic Procedure Table S3 (GYN Clinic): Equipment features: Three electric motor controls for height, seat, and back adjustments. Infinite adjustments as low as 16"" (40cm) to 41"" (105cm) high. Light weight and easy to move. Supports a weight capacity of 465 lbs. Locking Mechanism for one touch movement for precise positioning. Arm Rest Right and Left (Universal) Leg Rest Leg Rest Holder (Single Packed) Fold Up Footrest Neck Pillow Universal Urodynamic Funnel & Funnel Holder Seat Cushion with Cut Out Seat Cushion without Cut Out Three motor foot control Features the following accessories 1 Paper Towel Holder 1 Box Sonesta Seat Covers EXCLUSIONS (unless otherwise quoted): Modifications or corrections to the work scope dictated by concealed conditions encountered in the performance of the work and not indicated by the drawings, or specifications. Modification or corrections to installation room or supplied power. PERSONNEL CLEARANCES AND PRIVACY CONSIDERATIONS: The contractor will ensure that their personnel and subcontractor personnel meet the privacy standards as set forth by Health Insurance Portability and Accountability Act (HIPAA) of 1996 with respect to personal and confidential information that they may come upon, while servicing medical equipment. PATIENT HEALTH INFORMATION (PHI) AND INDIVIDUALLY IDENTIFIABLE INFORMATION (III): This system doesn t contain any Patient Health Information (PHI) and Individually Identifiable Information (III). No VA data will leave the VA Facility.�After destruction of the data by degaussing, the device may be returned to the vendor for inventory control if so requested.� The repair of this system will be supervised by a VA employee in BioMed to assure data does not leave the facility.� The designated facility point of contact is responsible to ensure no VA data leaves the facility, and an employee supervises repair.� No security & privacy training is needed by the vendor, because the repair will be supervised. �No other security statement is needed.� DOCUMENTATION: Contractor will provide the COR or CTVHCS POC with individual written reports, which describe the maintenance and repair service performed on the equipment under warranty in enough detail to be acceptable by field inspectors of The Joint Commission and other inspecting bodies. This shall include a list of all parts replaced, all service performed, as well as a statement that the equipment is operating per manufacturer s specifications after repair. The service report will be signed by the contractor s service technician, and by designated facility personnel. Prior to award, bidder must have a facility to include personnel, test equipment, parts inventory, training certificates, licenses and technical documentation available for inspection by VA Medical Center personnel and be able to show written evidence to technical qualifications of personnel, test equipment (and calibration documentation) licenses and availability of parts. Parts availability must be written documentation from either the equipment manufacturer or authorized parts supplier. In either case, bidder must be able to show the availability of parts to him/her within 24 hours after initial call. For contracts for maintenance and repair services form other than the original manufacturer or a designated representative, the Contractor will be fully responsible for obtaining all technical documentation necessary to fulfill contractual obligations. The Contractor warrants that the services to be performed under this contract will be performed in a good workmanship manner and shall conform to the standards of the industry. This warranty is given expressly and in place of all other warranties, expressed or implied, statutory or otherwise, and is the only warranty given by the contractor. Warranty items that expire during the contract period will be added to the contract as appropriate. NEGLIGANCE CLAUSE: When services and parts are required because of accident, abuse, misuse or negligence by other than the contractor or his representative and are not included as a part of PM inspection or service calls, such needs will be reported to the Contracting Officer s Representative along with estimates of charges. The contracting officer and representative will evaluate these needs and authorize appropriate action. The parts will be installed under the terms of the contact and each invoice is to include a legible itemized list of labor charges and parts costs. The government will incur no charges for service and parts including glassware due to accident, abuse, misuse or negligence by the contractor or his representative. RECORDS MANAGEMENT: All records (administrative and program specific) created during the period of the contract belong to VISN 17 and CTVHCS and must be returned to CTVHCS at the end of the contract or destroyed in accordance to the VHA Record Control Schedule (RCS)10-1. Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 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. 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. 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. 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. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. 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. 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.]. 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. 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. Contractor guarantees that all equipment covered in this contract shall meet or exceed manufacturer s performance specifications at the contract expiration date. of Veterans Affairs Medical Center
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c3626a1e9d7c4e76804ba4d08bbd1bd6/view)
 
Place of Performance
Address: Central Texas Veterans Health Care System;Olin E Teague VAMC;Logistics Service;1901 Veterans Memorial Dr.;Temple, TX 76504-7451, USA
Zip Code: 76504-7451
Country: USA
 
Record
SN05622627-F 20200417/200415230202 (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 |
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.