SOURCES SOUGHT
65 -- 678-22-2-071-0033 36C262-22-AP-2993 NATUS EMG REPLACEMENT
- Notice Date
- 3/21/2022 11:39:26 AM
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26222Q0585
- Response Due
- 3/25/2022 1:00:00 PM
- Archive Date
- 04/24/2022
- Point of Contact
- Debby Abraham, Contract Specialist, Phone: (562)766-2225
- E-Mail Address
-
Debby.Abraham@va.gov
(Debby.Abraham@va.gov)
- Awardee
- null
- Description
- RFI 36C26222Q0585 THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT/RFI IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT/RFI DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought/RFI only. The purpose of this Sources Sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339112 (size standards of 1,000 employees). Responses to this Sources Sought/RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought/RFI, a solicitation announcement may be published. Responses to this Sources Sought/RFI synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Long Beach Network Contracting Office, is seeking sources who can provide electrodiagnostic system that at a minimum meets the following SOW for the Southern Arizona VA Health Care System: STATEMENT OF WORK (SOW) 1. Contract Title. Natus EDX EMG Upgrade for FY2022 2. Background. The Southern Arizona VA Health Care System (SAVAHCS) has a requirement to upgrade the Natus EDX EMG. The current equipment on station will reach end of service on 10/21/2022. The manufacturer will no longer support the equipment after mentioned date. The equipment upgrade shall be equivalent to what end users are currently acquainted with. 3. Scope. The upgrade is specific to SAVAHCS. The vendor is to provide all materials, labor, tools, and services to configure, install, test, and certify all replacement Natus EDX EMG systems. This requirement includes clinical user training. All work will be performed at the SAVAHCS main campus and primarily in the Biomedical Engineering department. SAVAHCS to acquire updated system that is covered by manufacturer service and support. 4. Specific Tasks. 4.1 Task 1: Check-in. Before doing any work, the contractor will check-in with Biomedical Engineering every day they are on-site. 4.1.1 Subtask 1- Assigning a person of contact. There will be a person of contact (COR &/or BESS) from Biomedical Engineering to oversee the work accomplished. There may be different BESS responsible for different various areas. 4.1.2 Subtask 2-Filling out the log book. The contractor will fill out a log provided by Biomedical Engineering that states: the contractor s credentials, the nature of the visit, and the timeframe of the visit. The contractor will receive a SAVAHCS contractors badge when they check-in and will return the badge when they check-out. 4.2 Task 2: Check-Out. Contractor will return their SAVAHCS contractor s badge upon checking out, before they leave the site. If the contractor returns his/her badge outside of normal duty hours, the contractor is to leave it in the Biomedical Engineering drop box. Normal duty hours are defined as: Monday-Thursday, 0800-1630, excluding federal holidays. Deliverables: Contractor s badge 4.3 Task 3: Upgrade and Installation. 4.3.1 Subtask 1: Configure Natus EDX. The contractor will provide all materials, labor, tools, and services to configure 3ea Natus EDX systems. The contractor will build a configuration standard based on input from SAVAHCS within the capabilities of the equipment. 4.3.2 Subtask 2: Install Natus EDX. The contractor will provide all materials, labor, tools, and services to install 3ea Natus EDX systems. The contractor will install the workstations within the Neurology department in building 80, as well as building 60. Installation includes functionality testing with verification of communication between workstation and CPRS. Deliverables: Service report detailing what components were installed, upgraded, and traded in. Service reports must contain the following information: Date(s) and time period of service. Complete description of equipment services performed i.e. installations, upgrades, updates, software changes, and replacements. Complete list of all materials, parts, or assemblies implemented i.e. installed &/or replaced including: model number, serial number, and equipment id (EE#) number. Total standard labor hours, total overtime/premium hours, and total travel hours expended during the service. 4.4 Task 4: Training 4.4.1 Subtask 1. Clinical Training The contractor will provide all materials, labor, tools, and travel to conduct clinical user training at SAVAHCS for 3, 1-day trainings. Times to be coordinated with vendor and end users at a later date. 5. Performance Monitoring. The COR responsible for this contract may monitor contractor performance and certify the work was done in accordance with the contract either directly or via the BESS responsible for that area. However, if necessary, the contractor may enter locations throughout the facility unescorted. A final walkthrough will be done by the COR &/or BESS evaluate the completeness and quality of the work done. 6. Security Requirements. The upgrade will involve contractors going into areas of patient care where VA sensitive &/or patient data is accessible. Areas include: patient rooms, central stations, hallways, and equipment/IT closets. Tasks that involve security risk include: 5.3 Task 2 and 5.4 Task 1. VA Form 2280 is included in the eCMS package. 7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). The government shall provide to the contractor the following furnishings: Rack space in IT/Equipment closets Access to areas of patient care Rack space in IT/Equipment closets Emergency power Single-point-of-contact for coordination of installation activities Network engineer Clinical staff on an as need per basis 8. Other Pertinent Information or Special Considerations. Identification of Possible Follow-on Work. The COR &/or BESS will follow-up 30, 60, and 90 days from the completion of each phase of the upgrade to determine if the contractor needs to fix any misconfigurations or bugs. Identification of Potential Conflicts of Interest (COI). There are no COIs. SAVAHCS is not partial to Natus. However, it is more convenient and cost efficient to replace current equipment with upgraded equipment that end users are familiar with. Identification of Non-Disclosure Requirements. Non-disclosure agreements will be signed by the contractor and witnessed by a 3rd party. The non-disclosure agreement will bind the contractor to secrecy regarding VA sensitive or patient information. Packaging, Packing and Shipping Instructions. All materials shipped from the vendor to SAVAHCS will be shipped to the warehouse on site. The PO number given by the facility and Attn: Biomedical Engineering, Jonathan Maldonado will be written explicitly on the package. The warehouse on site will deliver the materials from the vendor to Biomedical Engineering at the proper time. Inspection and Acceptance Criteria. To ensure the inspection and acceptance of products provided incidental to services, the COR will perform a final walkthrough of the area after the completion of work. 9. Risk Control. The upgrade and installation poses a minimal health risk to the contractor as the contractor will not work in occupied or dirty patient rooms. The upgrade and installation also poses a minimal health risk to patients. 10. Place of Performance. Southern Arizona VA Health Care System, main facility. 11. Period of Performance. 180 days from notice to proceed. 12. Delivery Schedule. The delivery schedule format is as follows: SOW Task# Deliverable Title Format Number Calendar Days After CO Start 4.3.2 Project Acceptance Document Contractor-Determined 1 soft copy, 1 hard copy 180 4.4.1 Clinical Training Sign-in Document Contractor-Determined 1 hard copy 180 * Standard Distribution: 1 copy of the transmittal letter without the deliverable to the Contracting Officer shall be Emailed. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified in this RFI? (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) If you intend to sub contract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job. (7) Does your company have a Federal Supply Schedule (FSS) GSA Advantage, any VA National Contract, or a NASA SEWP contract? If so, please provide the contract number. (8) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (9) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (10) Please submit your capabilities statement illustrating your organizations ability to meet the described salient characteristics or equal to items for planning purposes; show clear, compelling and convincing evidence that all equal to items"" meet all the salient characteristics. (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (12) Please provide your DUNS/Cage Code number. Responses to this notice shall be submitted via email to Debby.Abraham@va.gov. Telephone responses will not be accepted. Responses must be received no later than March 25, 2022 by 4:00 P.M. EST. All responses to this Sources Sought/RFI will be used for planning purposes only. If a solicitation is issued as a result of the information provided from this RFI, all interested parties must respond to that solicitation separately IAW the specifications of that solicitation announcement. Responses to this Sources Sought/RFI notice is not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2f31332dea35425b90f4ff63becc26d8/view)
- Place of Performance
- Address: Southern Arizona VA Health Care System 3601 South 6th Avenue, Tucson 85723
- Zip Code: 85723
- Zip Code: 85723
- Record
- SN06274155-F 20220323/220321230103 (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 |