Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 28, 2023 SAM #7883
SOLICITATION NOTICE

65 -- AP-4902 Ambulatory Monitoring Package with Tablet and Software FOR THE NATIONAL TELE EEG-EPILEPSY

Notice Date
6/26/2023 12:43:09 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24123Q0828
 
Response Due
7/3/2023 1:00:00 PM
 
Archive Date
08/02/2023
 
Point of Contact
Phillip Crockett, CONTRACT SPECIALIST, Phone: 802-295-9363
 
E-Mail Address
Phillip.crockett@va.gov
(Phillip.crockett@va.gov)
 
Awardee
null
 
Description
Combined Synopsis Solicitation VA Boston Healthcare System, Jamaica Plain VA Medical Center This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is 36C24123Q0828 and the solicitation is issued as a request for quotation (RFQ). A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02. This requirement is being issued as an open market, small business set-aside. The associated NAICS code is 334510 Electromedical and Electrotherapeutic Apparatus Manufacturing and small business size standard is 1250 Employees. The Government intends to award a firm-fixed price award for the acquisition of Tele-EEG Natus Ambulatory Monitoring Systems w/Tablet and Software for the Jamaica Plain VA Medical Center. Please see the attached Statement of Work for full requirement details and price schedule (Attachment 1) and submit with the quote submission. Please note the speculated period of performance start date is: 26- June-2023, this date is subject to change depending on the award date. The Contractor shall provide all resources necessary to provide the requested medical TV s IAW the attached statement of work. Please see the attached SOW for full requirement details. The Place of Performance is: Jamaica Plain VA Medical Center, 150 S. Huntington Avenue, Jamaica Plain, MA 02130-4817 Provision at 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (MAR 2023), 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998), 52.204-7 System for Award Management (OCT 2018), 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020), 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020), 852.215-70 Service-Disabled Veteran-Owned and Veteran- Owned Small Business Evaluation Factors (JAN 2023), 852.215-71 Evaluation Factor Commitments (OCT 2019), 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008). Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement, 52.232-3 Offer Representations and Certifications-Commercial Products and Commercial Services (DEC 2022) Submission of Quotes: Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Offers received after the due date and time shall not be considered. Offerors shall submit their quotes electronically via email to Phillip.crockett@va.gov. Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is June 30, 2023, 4:00 PM EST. Questions received after this date and time may not be answered. Questions shall be answered in a formal amendment to the solicitation so all interested parties can see the answers. Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Evaluation Process: Award shall be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. The contracting techniques associated with FAR Part 15 are not mandatory. The Government shall award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation shall be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price (Follow these instructions): Offeror shall complete the attached Price Schedule, with offerors proposed contract line item prices inserted in appropriate spaces. Offerors must also provide all applicable labor rates for the solicited services so they can be compared to the applicable wage determination for compliance with the Service Contract Labor Standards. Ensure your representations and certifications are complete in the System for Award Management (SAM)( https://www.sam.gov). Otherwise, you will need to fill out solicitation Clause 52.212-3 ""Offeror Representation and Certifications - Commercial Items"", and submit with the quote. Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. Past Performance: The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the Performance Work Statement in a timely efficient manner. Contractor shall provide Material Lead times within the solicitation response. Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy. Clause 52.212-4, Contract Terms and Conditions -- Commercial Products and Services (DEC 2022), 52.252-2 Clauses Incorporated by Reference (FEB 1998), 52.204-13 System for Award Management Maintenance (OCT 2018), 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020), 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023), 852.203-70 Commercial Advertising (MAY 2018), 852.211-70 Equipment Operation and Maintenance Manuals (NOV 2018), 852.215-70 Service Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, 852.215-71 Evaluation Factor Commitments (OCT 2019), 852.232-72 Electronic Submission of Payment Requests (NOV 2018), 852.242-71 Administrative Contracting Officer (OCT 2020), 852.247-71 Delivery Location (OCT 2018), 852.247-73 Packing for Domestic Shipment (OCT 2018). Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.204-10, 52.209-6, 52.219-6, 25.219-28, 52.219-33, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-3, 52.225-13, 52.232-33. All contract requirement(s) and/or terms and conditions are stated above. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. RFQ responses are due July 3, 2023, at 2:00 PM EST. RFQ responses must be submitted via email to: Phillip.crockett@va.gov. Hand deliveries shall not be accepted. The POC of this solicitation is Phillip Crockett (Phillip.crockett@va.gov). See attached document: S02_Attachment 1_Statement of Work. STATEMENT OF WORK GENERAL INFORMATION 1. Title of Project: 10 Natus Ambulatory Systems 2. Scope of Work: The contractor shall provide all resources necessary to accomplish the deliverables described in the statement of work (SOW), except as may otherwise be specified. Natus EEG System, all accessories, training and installation to be provided by Natus for VA Neurology service. All parts and services to meet Natus specifications. Natus field service team member to be escorted by VA personnel (Clinical Engineering or Neurology) during install. 3. Background: The Natus Ambulatory Monitoring Package with acquisition stations are used for recording EEG s on patient s in the EEG Lab and Epilepsy Centers. The information gathered on this equipment is used for diagnostic purposes. 4. Performance Period: This is a contract for the purchase and shipment of equipment.  Item is expected to be delivered within 30 days of Telesite location identification. Equipment storage and deployment for up to one year from the time of purchase. Work at the government site shall not take place on Federal holidays or weekends unless directed by the Contracting Officer (CO). 5. Type of Contract: Firm-Fixed-Price 6. Place of Performance: Multiple Government Sites TBD 7. Performance Based Contract: This contract requires the application of an Earned Value Management System that is compliant with the American National Standards Institute /Electronics Industries Alliance (ANSI/EIA) Standard-748, Earned Value Management Systems. [See paragraph Q.] B. CONTRACT AWARD MEETING Not applicable C. GENERAL REQUIREMENTS 1. Contractor shall provide equipment and support services as identified in the attached quote D. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES Not applicable Equipment Purchase E. EVALUATED OPTIONAL TASKS AND ASSOCIATED DELIVERABLES [If applicable] Not applicable Equipment Purchase F. SCHEDULE FOR DELIVERABLES 1. Not applicable Equipment Purchase G. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. H. REPORTING REQUIREMENTS Not applicable Equipment Purchase I. TRAVEL [If applicable] Not applicable Equipment Purchase J. GOVERNMENT RESPONSIBILITIES [If applicable] The government is responsible for coordinating the location for equipment distribution and providing a point of contact at each distribution location for coordination of delivery and setup. K. CONTRACTOR EXPERIENCE REQUIREMENTS KEY PERSONNEL These skilled experienced professional and/or technical personnel are essential for successful contractor accomplishment of the work to be performed under this contract and subsequent task orders and option. These are defined as key personnel and are those persons whose resumes were submitted. The contractor agrees that the key personnel shall not be removed, diverted, or replaced from work without approval of the CO and TOPM. Any personnel the contractor offers as substitutes shall have the ability and qualifications equal to or better than the key personnel being replaced. Requests to substitute personnel shall be approved by the TOPM and the CO. All requests for approval of substitutions in personnel shall be submitted to the TOPM and the CO within 30 calendar days prior to making any change in key personnel. The request shall be written and provide a detailed explanation of the circumstances necessitating the proposed substitution. The contractor shall submit a complete resume for the proposed substitute, any changes to the rate specified in the order (as applicable) and any other information requested by the CO needed to approve or disapprove the proposed substitution. The CO will evaluate such requests and promptly notify the contractor of approval or disapproval thereof in writing. Did not change L. CAPABILITY MATURITY MODEL FOR SOFTWARE INTEGRATION [If applicable] Not applicable Equipment Purchase M. ARCHITECTURAL GUIDELINES [If applicable] Not applicable Equipment Purchase N. SECURITY Information System Security The contractor shall ensure adequate LAN/Internet, data, information, and system security in accordance with VA standard operating procedures and standard contract language, conditions laws, and regulations. The contractor s firewall and web server shall meet or exceed the government minimum requirements for security. All government data shall be protected behind an approved firewall. Any security violations or attempted violations shall be reported to the VA project manager and the VBA Headquarters Information Security Officer as soon as possible. The contractor shall follow all applicable VA policies and procedures governing information security, especially those that pertain to certification accreditation. Security Training All contractor employees and subcontractors under this contract or order are required to complete the VA's on-line Security Awareness Training Course and the Privacy Awareness Training Course annually. Contractors must provide signed certifications of completion to the CO during each year of the contract. This requirement is in addition to any other training that may be required of the contractor and subcontractor(s). Government Furnished Equipment Contractor supplied equipment, PCs of all types, equipment with hard drives, etc. for contract services must meet all security requirements that apply to Government Furnished Equipment (GFE) and Government Owned Equipment (GOE) as identified in VA Policy. If non-VA owned equipment must be utilized, a waiver must be in place. See VA Handbook 6500 for waiver content and format. Security Requirements include: a) VA Approved Encryption Software must be installed on all laptops or mobile devices before placed into operation, b) Bluetooth equipped devices are prohibited within the VA; Bluetooth must be permanently disabled or removed from the device, c) Equipment must meet all sanitization requirements and procedures before disposed of, d) All remote systems (VAGFE and OE) must be equipped with, and use, VA Approved Antivirus Software and a personal (host-based or enclave based) firewall that is configured with a VA Approved Configuration. The COTR, CO, the Project Manager, and the ISO must be notified and verify all security requirements have been adhered to. Contractor Personnel Security All contractor employees who require access to the Department of Veterans Affairs' computer systems shall be the subject of a background investigation and must receive a favorable adjudication from the VA Security and Investigations Center (07C). The level of background security investigation will be in accordance with VA Directive 0710 dated September 10, 2004 and is available at: http://www.va.gov/pubs/asp/edsdirec.asp (VA Handbook 0710, Appendix A, Tables 1 - 3). Appropriate Background Investigation (BI) forms will be provided upon contract (or task order) award, and are to be completed and returned to the VA Security and Investigations Center (07C) within 30 days for processing. Contractors will be notified by 07C when the BI has been completed and adjudicated. These requirements are applicable to all subcontractor personnel requiring the same access. If the security clearance investigation is not completed prior to the start date of the contract, the employee may work on the contract while the security clearance is being processed, but the contractor will be responsible for the actions of those individuals they provide to perform work for the VA. In the event that damage arises from work performed by contractor personnel, under the auspices of the contract, the contractor will be responsible for resources necessary to remedy the incident. The investigative history for contractor personnel working under this contract must be maintained in the databases of either the Office of Personnel Management (OPM) or the Defense Industrial Security Clearance Organization (DISCO). Should the contractor use a vendor other than OPM or Defense Security Service (DSS) to conduct investigations, the investigative company must be certified by OPM/DSS to conduct contractor investigations. 1. Background Investigation The position sensitivity impact for this effort has been designated as [LOW, MODERATE, or HIGH] Risk and the level of background investigation is [NACI, MBI, or BI]. 2. Contractor Responsibilities a. Not applicable Equipment Purchase 3. Government Responsibilities Not applicable Equipment Purchase   O. ELECTRONIC AND INFORMATION TECHNOLOGY STANDARDS INTERNET/INTRANET LEAVING THIS SECTION IN The contractor shall comply with Department of Veterans Affairs (VA) Directive 6102 and VA Handbook 6102 (Internet/Intranet Services). VA Directive 6102 sets forth policies and responsibilities for the planning, design, maintenance support, and any other functions related to the administration of a VA Internet/Intranet Service Site or related service (hereinafter referred to as Internet). This directive applies to all organizational elements in the Department. This policy applies to all individuals designing and/or maintaining VA Internet Service Sites; including but not limited to full time and part time employees, contractors, interns, and volunteers. This policy applies to all VA Internet/Intranet domains and servers that utilize VA resources. This includes but is not limited to va.gov and other extensions such as, .com, .edu, .mil, .net, .org, and personal Internet service pages managed from individual workstations. VA Handbook 6102 establishes Department-wide procedures for managing, maintaining, establishing, and presenting VA Internet/Intranet Service Sites or related services (hereafter referred to as Internet ). The handbook implements the policies contained in VA Directive 6102, Internet/Intranet Services. This includes, but is not limited to, File Transfer Protocol (FTP), Hypertext Markup Language (HTML), Simple Mail Transfer Protocol (SMTP), Web pages, Active Server Pages (ASP), e-mail forums, and list servers. VA Directive 6102 and VA Handbook 6102 are available at: Internet/Intranet Services Directive 6102 http://www.va.gov/pubs/directives/Information-Resources-Management-(IRM)/6102d.doc Internet/Intranet Services Handbook 6102 http://www.va.gov/pubs/handbooks/Information-Resources-Management-(IRM)/6102h.doc Internet/Intranet Services Handbook 6102 Change 1 updates VA's cookie use policy, Section 508 guidelines, guidance on posting of Hot Topics, approved warning notices, and minor editorial errors. http://www.va.gov/pubs/handbooks/Information-Resources-Management-(IRM)/61021h.doc In addition, any technologies that enable a Network Delivered Application (NDA) to access or modify resources of the local machine that are outside of the browser's  ""sand box"" are strictly prohibited. Specifically, this prohibition includes signed-applets or any ActiveX controls delivered through a browser's session. ActiveX is expressly forbidden within the VA while .NET is allowed only when granted a waiver by the VA CIO *PRIOR* to use. JavaScript is the preferred language standard for developing relatively simple interactions (i.e., forms validation, interactive menus, etc.) and Applets (J2SE APIs and Java Language) for complex network delivered applications. SECTION 508 The contractor shall comply with Section 508 of the Rehabilitation Act (29 U.S.C. § 794d), as amended by the Workforce Investment Act of 1998 (P.L. 105-220), August 7, 1998. In December 2000, the Architectural and Transportation Barriers Compliance Board (Access Board), pursuant to Section 508(2)(A) of the Rehabilitation Act Amendments of 1998, established Information Technology accessibility standards for the Federal Government. Section 508(a)(1) requires that when Federal departments or agencies develop, procure, maintain, or use Electronic and Information Technology (EIT), they shall ensure that the EIT allows Federal employees with disabilities to have access to and use of information and data that is comparable to the access to and use of information and data by other Federal employees. The Section 508 requirement also applies to members of the public seeking information or services from a Federal department or agency. Section 508 text is available at: http://www.opm.gov/HTML/508-textOfLaw.htm http://www.section508.gov/index.cfm?FuseAction=Content&ID=14 P. CONFIDENTIALITY AND NONDISCLOSURE Not applicable Equipment Purchase Q. Earned Value Management System Not applicable Equipment Purchase
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8c74abb6eef841389171372b138d85e8/view)
 
Place of Performance
Address: Jamaica Plain VA Medical Center 150 S. Huntington Avenue,, Jamaica Plain 02130-4817
Zip Code: 02130-4817
 
Record
SN06728233-F 20230628/230626230109 (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.