Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 20, 2024 SAM #8149
SPECIAL NOTICE

J -- INTENT TO SOLE SOURCE | 36C24524Q0367 | Varian Software Service Contract MARYLAND VETERAN HEALTHCARE SYSTEM

Notice Date
3/18/2024 11:27:10 AM
 
Notice Type
Special Notice
 
NAICS
811210 —
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24524Q0367
 
Response Due
3/25/2024 7:00:00 AM
 
Archive Date
04/24/2024
 
Point of Contact
CONTRACTING OFFICER, AMY WALTER, Phone: 410-691-7312
 
E-Mail Address
AMY.WALTER1@VA.GOV
(AMY.WALTER1@VA.GOV)
 
Awardee
null
 
Description
Solicitation #36C24524Q0367 STATEMENT OF WORK A. GENERAL INFORMATION 1. Title of Project: Varian Software Service 2. Scope of Work: The vendor shall provide original equipment maintenance (OEM) support for all Varian software (Aria, Eclipse, DoseLab and Mobius3D) in use at the Baltimore VA Medical Center. These are proprietary software that must be serviced by an authorized and trained Varian OEM service member. Service coverage will include: Annual Periodic Maintenance Inspections (PMI), in accordance with manufacturer s specifications. All mandatory safety and reliability modifications for the equipment covered under this agreement during standard business hours. All major software upgrade releases on the covered equipment by installing the most recent production version and providing any training associated with the upgrade. Maintenance of functionality of existing interfaces. On-site field service support for the covered equipment on weekdays for issues that cannot be resolved by telephone or through remote support. All parts necessary to keep the Varian Software System related to the covered equipment functioning properly. Technical support for the covered equipment over telephone, through a web portal, and by e-mail. Clinical product support for the covered equipment over telephone, through a web portal, and by e-mail. Reporting to Baltimore VAMC Biomedical Engineering before performing any software updates or upgrades. Providing Baltimore VAMC Biomedical Engineering with a detailed service report within 2 weeks of any software update or upgrade being performed. The vendor will supply the Baltimore VAMC Biomedical Engineering department with a copy of a detailed service report that meets the requirements of 21CFR820, subpart N, within 2 weeks of maintenance being completed. The service shall be performed between the hours of 8:00am and 5:00pm, Monday through Friday, unless mutually agreed upon by the contractor and the VA Biomedical Engineering department. The contractor shall schedule all maintenance with Biomedical Engineering and report to Biomedical Engineering in room 5B-183 upon arriving on-site at the Baltimore VAMC, before performing any maintenance. 3. Background: The VA Maryland Health Care System requires coverage of Aria, Eclipse, DoseLab, and Mobius3D softwares at the Baltimore VA Medical Center. This service coverage includes software and quality updates, repairs, & phone and remote support in accordance with the manufacturer s recommendations to ensure that the software are properly maintained. 4. Performance Period: One Year 5. Type of Contract: Software Support 6. Place of Performance: Baltimore VA Medical Center 10 N. Greene St. Baltimore, MD 21201 7. Security: The contractor must have photo ID available when performing work at a VA Medical Center and be willing to present it to VA staff. The vendor is responsible for personal protective equipment. The C&A requirements do not apply, and a Security Accreditation Package is not required. The vendor must have a current Business Associate Agreement (BAA) with the Department of Veterans Affairs to perform maintenance on equipment that would result in incidental access to patient Protected Health Information (PHI) INTENT TO SOLE SOURCE THIS IS AN INTENT TO SOLE SOURCE ANNOUNCEMENT AND IT IS FOR INFORMATION & PLANNING PURPOSES ONLY; IT IS NEITHER A SOLICITATION ANNOUNCEMENT, NOR A REQUEST FOR INFORMATION, PROPOSALS OR QUOTES AND DOES NOT OBLIGATE THE GOVERNMENT TO AWARD A CONTRACT. IF A VENDOR RESPONDS TO THIS INTENT TO SOLE SOURCE, THE VENDOR WILL NOT RECEIVE A RESPONSE. THE PURPOSE OF THIS INTENT TO SOLE SOURCE ANNOUNCEMENT IS FOR MARKET RESEARCH, IN ORDER TO MAKE APPROPRIATE ACQUISITION DECISIONS, AND TO GAIN KNOWLEDGE OF POTENTIALLY QUALIFIED SERVICE-DISABLED VETERAN OWNED SMALL BUSINESSES, VETERAN OWNED SMALL BUSINESSES, 8(A), HUBZONE AND OTHER SMALL BUSINESSES WHO STATE THEY ARE CAPABLE OF PERFORMING THE WORK. **A contract award will not result from this RFI Notice.** IN THE EVENT THAT A VENDOR DISAGREES WITH THIS SOLE SOURCE, THEN DOCUMENTATION OF TECHNICAL EXPERTISE MUST BE PRESENTED IN SUFFICIENT DETAIL FOR THE GOVERNMENT TO DETERMINE THAT YOUR COMPANY POSSESSES THE NECESSARY FUNCTIONAL AREA EXPERTISE AND EXPERIENCE TO COMPETE FOR THIS ACQUISITION. **VENDOR RESPONSE SHALL INCLUDE THE BELOW** Responses to this Request for Information (RFI) shall include company name, address, point of contact, phone number, point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 811210, (size standard of $34M, per SBA Table of Small Business Size Standards August 19, 2019) AND whether your company has special socio-economic status (i.e., SDVOSB, VOSB, Small Business, HUBZone, etc.). (A) COMPANY NAME (B) ADDRESS (C) POINT OF CONTACT (D) PHONE, FAX, AND EMAIL (E) DUNS NUMBER (F) CAGE CODE (G)TAX ID NUMBER (H) TYPE OF SMALL BUSINESS, E.G. SERVICES DISABLED VETERAN OWNED SMALL BUSINESS, VETERAN-OWNED SMALL BUSINESS, 8(A), HUBZONE, WOMEN OWNED SMALL BUSINESS, SMALL DISADVANTAGED BUSINESS, OR SMALL BUSINESS HUBZONE BUSINESS, (I) WILL YOUR COMPANY BE PERFORMING THE WORK? OR DO YOU PLAN ON SUB-CONTRACTING OUT THE WORK? (I) Is your company considered small under the NAICS code identified under this RFI? (Size standard of = or < $30M, per SBA Table of Small Business Size Standards August 19, 2019) (J) Does your company have an FSS contract with GSA or the VA NAC or a GWAC contract holder with any other federal agency? If so, please provide the contract number. (K) If your company holds a FSS GSA/VA NAC contract other federal GWAC contract holder, are the services requested available on your schedule/contract? (L) General pricing of your products 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. AND (J) ***WILL YOUR COMPANY BE DOING ALL OF THE WORK? IF NOT, WILL YOUR COMPANY BE SUB-CONTRACTING OUT THE WORK?***MUST ANSWER*** MUST PROVIDE A CAPABILITY STATEMENT THAT ADDRESSES THE ORGANIZATIONS QUALIFICATIONS AND ABILITY TO PERFORM AS A CONTRACTOR FOR THE WORK DESCRIBED BELOW. IF THE VENDOR IS AN SDVOSB/VOSB, BE PREPARED TO DEMONSTRATE HOW IT WILL NOT SUB-CONTRACT THE WORK BY MORE THAN 51%, PER VAAR 852.219-75, VAAR 819.7011(b) Contract clauses. (DEVIATION) ***IF THERE ARE ANY OBJECTIONS TO THIS SOLE SOURCE, CONTACT THE CONTRACTING OFFICER AT AMY.WALTER1@VA.GOV.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c1e9ad37028443fab26cc4413c63d0c3/view)
 
Record
SN07000012-F 20240320/240318230044 (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.