SOLICITATION NOTICE
65 -- Brand Name Only - GE Healthcare - CARESCAPE B450 MBA323 (ATO MODEL) Unrestricted
- Notice Date
- 1/19/2024 1:23:28 PM
- Notice Type
- Presolicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24424Q0308
- Response Due
- 1/29/2024 1:00:00 PM
- Archive Date
- 03/29/2024
- 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 NEED (SON) Altoona VA Medical Center Title of the project: GE Healthcare - Carescape B450 Bedside Monitor Background: The Altoona VA Medical Center has a new requirement for one (1) Brand Name Only GE Healthcare - Carescape B450 Bedside Monitor to replace one end of life cycle GE bedside monitor. The Altoona VAMC currently uses the Carescape Bedside Monitoring System, and this additional B450 Monitor will allow seamless integration and interchangeability with the current 23 Carescape B450 Bedside Monitors and 2 Carescape Central Monitoring Stations currently in use. This acquisition will replace one obsolete GE Transport Pro Cardiac Bedside Monitor in the Urgent Care Center. This is proprietary equipment that will not work with components from another manufacturer. Choosing a different manufacturer would not be in the best interest of the government as it would require replacing the other 23 Bedside Monitors, staff training, and other miscellaneous components to be added to this requirement in order to allow it to be placed into use. Tasks and deliverables: Turnkey installation of bedside monitoring unit configured as follows: Part# Description Qty Unit 5805686 CARESCAPE B450 MBA323 (ATO MODEL) 1.00 EA 5805670 B450 MBA323 FRAME WITHOUT WLAN 1.00 EA 2062895-001 Battery FLEX-3S2P 10.8v 18650 LI-ION SMBUS (B450 1.00 EA 5821557 Compatible) CARESCAPE B450 CSP V3.2 SOFTWARE 1.00 EA 2066520-001 B450 Recorder Option 1.00 EA 5822486-16 B450 V3.2 ENGLISH US LOCALIZATION 1.00 EA 2068494-005 B450 English US Keyboard Software Setting 1.00 EA 2068494-017 B450 Power Frequency Setting 60HZ 1.00 EA 2064277-001 B450 4 ICU - CRITICAL CARE SOFTWARE PACKAGE 1.00 EA 5864700-04 B450 STANDARD CRITICAL CARE BUNDLE 1.00 EA 2066381-001 Power Cord, USA/Canada 8FT Angle, GE PN 405535-007 1.00 EA 5514143 Carescape B450 BRH MBT001 1.00 EA 2105824-018 PDM Support 1.00 EA 2095708-001 Transport Only B450 Monitor 1.00 EA 2083083-001 Installation 1.00 EA 2042084-001 Patient Data Module (PDM) 1.00 EA 2041390-002 Nellcor SP02 1.00 EA 2041390-020 ENGLISH 1.00 EA 2041575-002 60HZ 1.00 EA 2041575-003 Software Option Enable Invasive BP 1.00 EA 2041390-041 Battery 1.00 EA 2041390-044 No Bedside Dock 1.00 EA 2021406-001 2106305-001 CBL SPO2 NELLCOR OXIMAX3M CABLE ASSY SPO2 NELLCOR OXIMAX 3.6M ECG TRUNK CABLE, 3/5-LEAD, AHA, 3.6m/12ft 1.00 EA EA NIBP_USA_BUNDLE Nested Bundle for NIBP Cuffs for Monitoring Products USA 1.00 EA 2058203-002 2083083-001 DINACLICK Air Hose, 12ft (3.6m) Care Hose w/Retangle Connector to Adult 2T DINACLICK Connector Installation Charge 1.00 EA EA 2083083-001 Installation 1.00 EA CE2022004 MS Onsite Training 1 :Day: MS Onsite Clinical Training 1 Day provides 1 day of onsite clinical education training or product configuration, designed to provide flexible training options that promote learner retention and support staff skill development. 1.00 EA Delivery and installation: All items must be FOB Destination, 30 Days ARO, to the following location: Altoona VA Medical Center Attn: (VA Purchase Order #) 2907 Pleasant Valley Blvd. Altoona, PA 16602 Monday Friday from 7:00am 3:00pm (excluding federal holidays) CONTRACTOR RESPONSIBILITIES: The contractor shall be responsible for the following: Assign a Project Manager upon award of contract. The Project Manager shall develop a project schedule and implementation plan. Contractor shall provide qualified and VA credentialed personnel to perform the installation of the items as noted in this SOW. Contractor shall schedule and coordinate the installation in agreement with the customer. The Contractor shall complete the install and configure all elements of the new system within the following hours: 8:00 AM and 4:00 PM, Monday thru Friday (no government holidays). Contractor shall be responsible for all system/software testing after installation and prior to government acceptance. Contractor is responsible for onsite training for approximately 1 day. Training times shall be coordinated with COR. Contractor is responsible to ensure all equipment to be installed meets VA standards. Contractor is responsible for ensuring the proper disposal of all debris generated from installation activities. Contractor is responsible for securing all materials, equipment and tools while on government property or in government facility. Government is not liable for any lost or stolen items that are not properly secured. Contractors coming on station or working remotely will be required to take the VA Privacy and Information Security Awareness Program and the Privacy and HIPAA Training. Completed training certificates should be maintained by the COTR of this contract for audit purposes. Appropriate fingerprinting and background investigation is required. The vendor shall comply with the following VA Handbooks: VA Handbook 6500: Information Security Program VA Handbook 6550: Pre-Procurement Assessment for Medical Devices GOVERNMENT RESPONSIBILITIES: The Government shall provide the following: The authorized COR, will assume responsibility for the installation and performance of all other equipment and work necessary for completion of this project: Provide site access and escorts to the customer's location to where the equipment is located. Provide adequate space for the work to be performed. Provide the contractor with contact information and the necessary authorization to coordinate connectivity issues with applicable U.S. Government POC's. CONTRACT ADMINISTRATION: The VISN 4 Veterans Administration Contracting Office is responsible for the sole administration for this contract. 6.1 Contract Administrator: Contract administrator shall be designated at time of contract award. 6.2 The Contracting Officer Representative (COR) will be identified by separate letter. The COR is responsible, as applicable, for: receiving all deliverables, inspecting, and accepting the supplies or services provided hereunder in accordance with the terms and conditions of this contract; providing clarification to the contractor, fills in details or otherwise serves to accomplish the contractual Scope of Work; evaluating performance; and certifying all invoices/vouchers for acceptance of the supplies or services furnished for payment. 6.3 The COR does not have the authority to alter the contractor's obligation under the contract, and/or modify any of the expressed terms, conditions, specifications, or cost of the agreement. If as a result of technical discussions, it is desirable to alter/change contractual obligations or the Scope of Work, the Contracting Officer shall issue such changes. CONTRACTOR PERFORMANCE ASSESSMENT REPORTING SYSTEM (CPARS) The services, although not directly supervised, shall be reviewed by the Department of Veterans Affairs staff to ensure contract compliance. The contractor's performance will be evaluated in accordance with FAR 42.15. Contract monitoring reports will be prepared by the Contracting Officer's Representative (COR) and maintained in the contract file. In accordance with FAR 42.1502 and 42.1503, agencies shall prepare an evaluation of contractor performance and submit it to the Contractor Performance Assessment Reporting System (CPARS). The VAMC utilizes the Department of Defense (DOD) web-based Contractor Performance Assessment Reporting System (CPARS) to provide contractor performance evaluations. The contractor shall provide and maintain a current e-mail from the Focal Point thru the following website address webptsmh@navy.mil when the contractor is registered in CPARS. The contractor must be registered to access and review its evaluation and/or provide a response. IF Vendor will be on station: Contractor will be on station to provide service and therefore required to take the generalized privacy training: Privacy Training for Personnel Without Access to VA Computer Systems or Direct Access to or the Use of VA Sensitive Information. Copies to be maintained by COR. Government Furnished Information or Material: a. This acquisition does not include Government-furnished property (GFP), identify in the Statement of Need all available information on GFP to be provided, including the make, model, bar code number and serial number, if available, of all accountable assets with an acquisition cost of $500 or more. b. This acquisition does not include Contractor-acquired property (CAP). c. ""No Government personnel, other than the Contracting Officer, have the authority to change or alter these requirements. The COR shall clarify technical points or supply relevant technical information, but no requirements in this scope of work may be altered as a sole result of such verbal clarification."" 5. Period of Service: Delivery shall occur within 30 days of receipt of contract or must occur within the timeframe designated by the Federal Government. 6. Security/National Agency Check Requirements: No special security requirements are anticipated. 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 VA Medical Center s. 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 Medical Center s property is smoke-free. Contractor personnel will comply with VA Medical Center s smoking policies. Violations will result in a warning and possible citation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/714775dacea841e482a0c0f770ef4305/view)
- Place of Performance
- Address: James E Van Zandt VA Medical Center Altoona VA Medical Center 2907 Pleasant Valley Blvd., Altoona, 16602, USA
- Zip Code: 16602
- Country: USA
- Zip Code: 16602
- Record
- SN06940388-F 20240121/240119230048 (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 |