SPECIAL NOTICE
65 -- Intent to Sole Source - Brand Name Only. Cisco Room Kits with Touch10’s and GlobalMed WallDocs Reference 36C24422Q0881 in the email subject This is not a Request for Quote
- Notice Date
- 6/28/2022 12:51:58 PM
- Notice Type
- Special Notice
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24422Q0881
- Archive Date
- 07/28/2022
- Point of Contact
- David Santiago, Contract Specialist, Phone: 412-822-3746
- E-Mail Address
-
david.santiago2@va.gov
(david.santiago2@va.gov)
- Awardee
- null
- Description
- Statement of Work (SOW) via Connected Care (Coatesville VAMC) Project: Building 4 Outpatient Mental Health Activation Page 1 of 2 GENERAL REQUIREMENTS Vendor will provide the necessary Brand Name Only equipment listed in Task Two: Description of Required Deliverables, and services to enable Telehealth capabilities within the new Mental Health Outpatient Building (referred to as Building 4 ) at Coatesville VA Medical Center (referred to as the facility ), which is anticipated to be activated in November 2022, at the conclusion of construction. Vendor will provide, deliver and install the required equipment (and services) for/in Building 4 to ensure timing of delivery and installation corresponds with the construction and activation timeline. Vendor (and any sub-contractor thereof) will be installing a turn-key package of Clinical Video Telehealth (CVT) endpoints without having direct access to VA systems Biomed, OI&T and Connected Care will liaise for any/all accesses to secured VA systems. Government shall complete their review of draft deliverables within 10 business days from date of receipt. The Vendor shall have 5 business days to deliver the final deliverable from date of receipt of the government s comments. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES Task One: Vendor Capability Vendor experts must have a clear understanding of the VA mission and established track record of successfully supporting VA information technology systems, supporting modernization initiatives, and focused support coverage in Region 1, e.g., VISN 4. Task Two: Description of Required Deliverables Vendor shall provide Brand Name Only equipment and related services (inclusive of installation, testing, and may include training) for the outpatient clinic spaces within Building 4, at the facility. Specific (major) Clinical Video Telehealth (CVT) endpoint components: Cisco Room Kits with Touch10 (14) Samsung UHD monitors (14) GlobalMed WallDocs (3) Cisco Webex DX80 (2) Vendor shall provide computers (*) that will accept the VA Gold Image. Vendor shall verify compatibility of the proposed hardware and operating systems with Biomed and/or OI&T Coatesville VA representative. Task Three: Installation and Testing of Deliverables Vendor team will assemble, deliver, test and troubleshoot the required Clinical Video Telehealth (CVT) endpoints for the outpatient clinic spaces within Building 4, at the facility. The configured system will be turn-key and include physical installation, configuration (inclusive of testing) and training. Work will occur during normal business hours (8:00 a.m. to 4:30 p.m.) in the outpatient clinic spaces within Building 4, at the facility. After all construction is finished in Building 4, access to the outpatient clinic spaces should be coordinated through the Mental Health Business Office (610.384.7711, extensions 4918 or 4921) as the Vendor will coordinate with Connected Care, BioMed and Facility OI&T to complete all aspects of installation pertaining to the Clinical Video Telehealth (CVT) endpoints for the outpatient clinic spaces within Building 4. Vendor will install all equipment in accordance with the manufacturer s instructions. All wiring shall be in strict conformity with good engineering practice and local electrical requirements. All cables, panels, switches, and other equipment will be identified with labels and tags. All work will be scheduled in writing prior to the desired project start date. Vendor will complete work prior to the start of clinical operations within Building 4. The C&A requirements do not apply. A Security Accreditation Package is not required. The mechanism/documentation used to ensure the VA sensitive information is protected. Symplr The vendor will be required to register on the Symplr website https://www.symplr.com/. Symplr will be used to monitor vendor compliance with vaccination and HIPPA requirements listed below. All on-site contractor representatives agree to follow VA Pittsburgh Policy LD-073 medical center policy (MCP) Vendor Access. This includes all on-site contractor representatives shall be greenlighted in VA Pittsburgh s Vendor Credentialing System Symplr which includes an up-to-date flu vaccination, Tb test, Covid-19 vaccine, and HIPPA certification at a minimum. The government shall not provide any additional compensation for cost to register staff in Symplr. Vendor shall follow most updated guidelines from the Occupational Safety & Health Administration (OSHA), Center for Disease Control (CDC), and Food & Drug Administration (FDA). If onsite work is necessary, contractor shall notify Biomedical Engineering and the Police service when they arrive on site. Failure to do so more than twice will result in permanent denial of access to facility. Influenza Vaccination VHA Directive 1192 requires all health care personnel (HCP) to participate in the seasonal influenza prevention program and outlines the key implementation steps. Health care personnel is defined in VHA Directive 1192 as all VA licensed and unlicensed, clinical and administrative, paid and unpaid, full- and part-time employees, intermittent employees, fee basis employees, VA contractors, students, researchers, volunteers, and trainees who work in VHA locations. HCP covered by the policy are expected to receive annual influenza vaccination. This requirement is extended to all Contractor personnel with potential to come into minimal contact (passing in the corridor) with any patients, visitors, or staff members at VAPHS. Those individuals unable or unwilling to be vaccinated are required to wear a face mask throughout the influenza season. Masks are available at entrances throughout the medical center. It is the responsibility of the contractor to ensure that all contract staff is compliant with the requirements outlined in VHA Directive 1192. The contractor shall maintain the following documentation: - Documentation of vaccination, e.g., signed record of immunization from a health care provider or pharmacy, or a copy of medical records documenting the vaccination. - Completed Health Care Personnel Influenza Vaccination Form (Attachment B of VHA Directive 1192) if unwilling or unable to receive the vaccine. The contractor is required to submit annual certification in the form of a memorandum to the Contracting Officer s Representative (COR) that all contract staff performing services at VA facilities is in compliance with VHA Directive 1192. Tuberculosis Prevention Standard Personnel Testing (PPD, etc.): Contractor shall provide proof of the following tests for personnel within five (5) calendar days after contract award and prior to the first duty shift to the COR and Contracting Officer. Tests shall be current within the past year. TUBERCULOSIS TESTING: Contractor shall provide proof of a negative reaction to PPD testing for all contract personnel. A negative chest radiographic report for active tuberculosis shall be provided in cases of positive PPD results. The PPD test shall be repeated annually. COVID 19 Contractor shall provide evidence of vaccination records or a negative COVID testing result within 72 hours of planned onsite visitation. This is to include installation, training, maintenance, and repairs. Emergency repairs will be evaluated on a case-by-case situation. HIPAA Training Certificates If Contractor will be working onsite for installation and activation of equipment, all HIPAA training completion documentation must be provided to the COR listed in the awarded contract. Smoking All VA Pittsburgh property is smoke-free. Contractor personnel will comply with VA Pittsburgh smoking policies. Violations will result in a warning and possible citation. Instructions The information identified above is intended to be descriptive, of the brand Cisco Room Kits with Touch10 s and GlobalMed WallDocs 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 mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 334310. Please answer the following questions: 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.)? Is your company considered small under the NAICS code identified under this RFI? 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) Describe how your small business takes ownership of the equipment in the manufacturing, assembly, or delivery process. (6) 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? (7) If you intend to subcontract 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 subcontracted work and completion of job. (8) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. (9) If you are an FSS GSA/NAC 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 regarding the brand name equipment. (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Responses must be received via e-mail to david.santiago2@va.gov no later than, 4 PM Eastern Standard Time (EST) on July 8, 2022. This notice will help the VA in determining available potential sources only. Reference 36C24422Q0881 in the subject of the email response. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contract Specialist, David Santiago. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on the beta.Sam web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for a set-aside. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contract Specialist at david.santiago2@va.gov 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. 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a58694b080774d15b844f86430791596/view)
- Record
- SN06371313-F 20220630/220628230122 (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 |