Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 31, 2024 SAM #8313
SOURCES SOUGHT

J -- Viewpoint Equipment Upgrade for VASNHCS (LV)

Notice Date
8/29/2024 10:28:58 AM
 
Notice Type
Sources Sought
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
 
ZIP Code
95655
 
Solicitation Number
36C26125Q0007
 
Response Due
9/4/2024 1:00:00 PM
 
Archive Date
11/03/2024
 
Point of Contact
Larry A Facio, Contract Specialist, Phone: 916-923-4553
 
E-Mail Address
Larry.Facio@va.gov
(Larry.Facio@va.gov)
 
Awardee
null
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY The intent of this Sources Sought Announcement is to assist in our decision-making process for services procurement. This is not a solicitation, nor request for quotes or proposals. Through the receipt of responses, this will enable a more precise type of procurement process. The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award of a contract, nor does it restrict the Government to a particular acquisition approach. Any inquiries are to be made in writing by email to the point of contact, Larry Facio, Contracting Officer. Responses to this notice shall be sent by email to larry.facio@va.gov by the due date and time of 09/04/2024 by 1:00 p.m. (Pacific Time). Upon receipt of capabilities statement, Contracting Officer may request additional market research aide such as informal pricing. Veterans Affairs Southern Nevada Healthcare System, Viewpoint Equipment Upgrade REQUIREMENTS/SCOPE: Upgrade Viewpoint network and sensors from G3 to G4 model SPECIFIC TASKS: The contractor shall exchange the existing G3 Checkpoint equipment at the main hospital for G4 equipment.  Contractor shall also exchange existing G3 Checkpoint etherbases and repeaters at the main hospital for G4 equipment. Contractor shall provide the installation of the G4 etherbases, repeaters, sensors and test signal strengths and validate. Contractor shall coordinate installation with Project COR and OIT. The contractor shall make the necessary changes and set up in the Viewpoint software. Installation/labor cost includes travel expenses acceptable under the GSA guidelines. PERIOD OF PERFORMANCE/SCHEDULE: The POP for this contract shall be: 10/01/24 to 03/31/25 Normal daytime working hours will be adhered to. Normal daytime work hours are 0730 to 1600 Monday through Friday. If the contractor wishes to work at nighttime or during other unscheduled times, they must first get permission from the Contracting Officer. U.S. GOVERNMENT FURNISHED MATERIALS AND SERVICES: The contractor shall be responsible for the receipt and handling of all equipment and materials. The contractor shall coordinate proposed delivery areas with the Engineer. CONTRACTOR FURNISHED ITEMS AND SERVICES: The contractor shall furnish all necessary supplies, fuels, lubricants, solvents, parts, materials, equipment, products, tools, and any other items and services to perform all delivery and pick-up operations required by this statement of work. The contractor shall provide fully qualified on-site personnel who shall be responsible for the performance of the work. The name of the person and all alternates shall be designated in writing to the Contracting Officer. The project manager shall be on-site during normal work hours and for contingencies requiring work beyond normal work hours. The contractor shall certify in writing that all employees operating equipment are trained and qualified. 6. CONTRACTOR RESPONSIBILITIES: Contractor Employees. The contractor shall not employ personnel for work on this contract if such employee is identified to the contractor as a potential threat to the health, safety, security, general well-being or operational mission of the installation and its population. The Contractor shall furnish service manuals and/or test equipment for the performance of this contract. It is the responsibility of the Contractor to bring the appropriate equipment, parts and/or supplies necessary to complete the work as required. The Contractor shall be familiar and follow maintenance guidelines contained in current technical service manuals for all equipment and sub-assemblies listed. Manuals shall include but not be limited to schematics, diagrams, written procedures and parts lists. All work shall be performed, and equipment shall function in conformance with all VA safety standards, manufacturer s/industry standards, the latest published edition of NFPA-99, FDA, OSHA, Joint Commission, and other applicable national standards. The COR may facilitate a copy of VA safety standards to the Contractor upon request. Contractor personnel shall present a neat appearance and be easily recognized as contractor employees. This may be accomplished by wearing distinctive clothing bearing the name of the company or company ID badge. Contractor field service personnel shall be dressed to present a clean, neat appearance at all times when performing under this contract. Personnel performing maintenance and repair services must be fully qualified, competent, technicians. Fully qualified and competent is defined as factory trained and verified by Polar Leasing. 7. SERVICE RESPONSE TIMES: The following service response times shall be adhered to at all times identified below. Polar Leasing assumes all costs associated with any service or maintenance performed during or after hours or on the weekends. Hours cited below are Pacific Standard Time. Two hour maximum callback for service calls made during normal work hours, Monday through Friday. Normal work hours are between the hours of 7:30AM and 4:00 PM. Two hour maximum callback for service calls made after 4:00PM, Monday through Friday. Two hour telephone callback required for calls made on weekends or national holidays (Friday after 4:00PM through 7:30AM of the next working day). On site response shall be within 12 hours of first call for service, Monday through Friday, including after 4:00PM. On site response for calls received during weekend hours and holidays shall be within 12 hours. 8. Response Method: The Government requests capability statements and comments from interested businesses regarding the requirements described above. Responsible sources are encouraged to submit a response to this notice with a statement of interest on company letterhead. When responding, in Subject line insert: Sources Sought VASNHCS Viewpoint SAM. At a minimum, the following information shall be provided: 1. Company Name; 2. Company Mailing Address; 3. Point(s) of Contact including telephone number(s) & email address(es); 4. Socio-Economic (i.e. Small/Large Business, HUBZone, Service Disabled Veteran Owned, 8(a), etc.) as it relates to NAICS Code 423450 (200 Employees). 5. Provide a summary of the type of services performed and experience as it relates to staffing Viewpoint equipment and related services. 6. UEI Number 7. Sub-Contracting Intentions (provide above items 1 thru 6 of intended vendor along with description of sub-contractor duties). 9. Additional information and/or comments. Veterans First Contracting Program and the VA Rule of Two (Kingdomware v. United States) 38 U.S.C. 8127 - 8128: Service-disabled veteran owned small business (SDVOSB) or Veteran owned small business (VOSB) concern must be registered and verified in VA's Vendor Information Pages (VIP) database at www.vip.vetbiz.gov to be eligible for award as a SDVOSB or VOSB if/when a solicitation is issued for this requirement as a SDVOSB or VOSB set aside. In addition, this requirement has been determined to be set aside as SDVOSB or VOSB acquisition, only SDVOSB or VOSB that respond to this specific notice with in the above stated due date will be eligible for award.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/25c8a1dda56c49bb97ce3b53d1c6fa23/view)
 
Record
SN07192799-F 20240831/240829230126 (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.